Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2017 FBO #5530
MODIFICATION

C -- Renovate Fuel Cell Maintenance Facility AE - Responses to Questions

Notice Date
1/11/2017
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 354 CONS - Eielson, 2310 Central Ave, Eielson AFB, Alaska, 99702, United States
 
ZIP Code
99702
 
Solicitation Number
FA5004-AE-FTQW180205
 
Archive Date
2/1/2017
 
Point of Contact
Tanya L. Gutka, Phone: 9073777061, Donovan A. Wall, Phone: 9073770108
 
E-Mail Address
tanya.gutka@us.af.mil, donovan.wall@us.af.mil
(tanya.gutka@us.af.mil, donovan.wall@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Responses to Questions ARCHITECT-ENGINEERING (A-E) SERVICES AT EIELSON AFB, AK. "Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date for receipt of proposals. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs." The 354th Contracting Squadron is seeking qualification packages and past performance information from vendors interested in providing professional architect and engineering services at Eielson AFB, AK to renovate the existing Fuel Cell Maintenance Facility (Bldg 1344) for F-35A program requirements. BACKGROUND: Eielson AFB was chosen as the preferred alternative for the F-35A mission beddown. The current fuel cell maintenance hangar facility is utilized for F-16 and transient fuel cell maintenance. However, due to the two-squadron, F-35A mission beddown, there is an increased requirement for fuel cell maintenance personnel. The existing facility has adequate administrative space of approximately 6,500 square feet. However, the area must be reconfigured to allow for proper space utilization and facility circulation. Additionally, the locker room and shower/restroom areas are in need of renovation to meet current applicable codes and standards. Said renovations would ultimately aid in the success of the new F-35A program at Eielson Air Force Base. This is a competitive selection process in which competing offeror's qualifications will be evaluated in accordance with (IAW) FAR Part 36.6 to determine the most highly qualified firms. The Government intends to award one Firm Fixed-Price contract. IAW FAR 36.603(b): To be considered for architect-engineer contracts, a firm must file with the appropriate office or board the Standard Form 330, "Architect-Engineer Qualifications," Part II and when applicable, SF 330, Part I. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this posting; all costs associated with responding will be solely at the interested parties' expense. Failure to respond to this post does not preclude participation in the subsequent technical evaluation so long as a firm's SF 330 is currently on file with the 354th Contracting Squadron. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. This acquisition is being solicited on a 100% Small Business Set-Aside basis. The NAICS 541330 (Engineering Services) applies to this acquisition, with a small business size standard of $15M. The Disclosure of Magnitude for the subsequest construction project is between $500,000 and $1,000,000 IAW FAR 36.204(e). The work to be performed shall include but is not limited to: 1. Attending a pre-investigation meeting 2. Investigating site conditions, options, etc. - investigation shall include, but not be limited to whether or not a separate water storage and pumping facility will be required to provide adequate system flows 3. Collecting and reviewing project data and records 4. Developing design concepts and cost estimates 5. Submitting an investigation report 6. Attending review meetings 7. Making the revisions requested by the Government 8. Submitting intermediate design documents 9. Producing a complete design (35%, 95%, and 100% submissions) A-E EXPERIENCE REQUIREMENTS: A-E's experience shall include that which is commensurate with the requirements specific to the scope of design. a.1. The offeror's team shall include staff members licensed in the State of Alaska in the following disciplines:  Architect  Mechanical Engineer  Structural Engineer a.2. In addition, offerors shall demonstrate their qualification for the following:  Project/Program Management  Electrical Engineer  Fire Protection Engineer  Cost Estimating  Industrial Hygienists The Air Force requires complete and functional designs that are appropriate for the sub-arctic environment for interior Alaska and that meet all applicable Federal, State, Local, Industry, U.S. Air Force and Eielson AFB requirements. The A-E shall be responsible for all travel and lodging arrangements and expenses involved in the performance of work under this contract. The A-E shall furnish the Air Force with complete and usable products to include: planning documents, investigative reports, study reports, design analyses, project drawings, technical provisions (specifications), equipment layouts, cost estimates, submittal registers, quality assurance plans, constructability review reports, construction bidding amendments, construction contract modifications, and other documents. QUESTIONS: All questions regarding this synopsis must be submitted in writing no later than 30 December 2016. Primary POC email: tanya.gutka@us.af.mil Alternate POC email: donovan.wall@us.af.mil The following documents are considered attachments to this A&E Announcement: Attachment 1 - Instructions to Offerors Attachment 2 - Evaluation Factors Attachment 3 - Statement of Work Attachment 4 - SF 330 Attachment 5 - Past Performance Questionnaire
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/354CONS/FA5004-AE-FTQW180205/listing.html)
 
Place of Performance
Address: Building 1344, Eielson AFB, Alaska, 99702, United States
Zip Code: 99702
 
Record
SN04368618-W 20170113/170111233952-19192844080e458c7f2ebdc712faae99 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.