Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2018 FBO #6082
SOLICITATION NOTICE

C -- Repair North Taxiway Foxtrot - Presolicitation Package

Notice Date
7/17/2018
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 354 CONS, 2310 Central Ave, Bldg 2258, Eielson AFB, Alaska, 99702, United States
 
ZIP Code
99702
 
Solicitation Number
FA5004-18-R-D014
 
Point of Contact
Rebecca Hartupee, Phone: 9073770108, Sonia O Rivera, Phone: 9073772905
 
E-Mail Address
rebecca.hartupee@us.af.mil, sonia.rivera@us.af.mil
(rebecca.hartupee@us.af.mil, sonia.rivera@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attach 6 - AMRDEC Attach 5 - PPQ Attach 4 - SF330 Attach 3 - SOW Attach 2 - Evaluation Factors Attach 1 - Instructions to Offerors 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 design the repair of the Repair North Taxiway Foxtrot. BACKGROUND: Eielson Air Force Base (EAFB) is located approximately 23 miles southeast of Fairbanks, AK. Taxiway Foxtrot and Taxiway Alpha are located on the north end of the airfield. These taxiways are used for fighters, heavy aircraft, and foreign aircraft in support of Alaska Air National Guard and RED FLAG Alaska exercises. The taxiways are constructed out of Asphalt Cement Concrete (ACC) with two small apron areas of Portland Cement Concrete (PCC). According to the 2015 APE report the existing AC pavement has block, alligator and longitudinal/transverse cracks, weathering, and depression. The report stated joint seal damage, corner spalling, linear cracking and joint spalling for the apron PCC. The pavement is weathered and cracked from thermal stresses caused by the extreme climatic changes at Eielson AFB. Normal temperature swings from -65 degrees F to 90 degrees F throughout the season. The current condition of the taxiways have caused limited success of mission sorties due to delays and unavailability due to FOD hazards. Also, due to the nature of airfield operations, it is assumed there is a high risk of contaminated soil, of soil site SS086 (DRO, GRO, Benzene, PFOS PFOA). Pavement should be evaluated with the expectation that both F35A and F35Bs will be utilizing this pavement and will need to support these aircraft. This is a competitive selection process in which competing offerors' 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 will be solicited as a 100% Small Business Set-Aside. The NAICS 541330 (Engineering Services) applies to this acquisition, with a small business size standard of $15M. The Disclosure of Magnitude for the subsequent construction project is between $5,000,000 and $10,000,000 IAW FAR 36.204(g). The work to be performed shall include but is not limited to repair by replacement of the AC pavement of the South Ramp Entrance Taxiway at Eielson AFB, AK: 1. Attending a pre-investigation meeting 2. Investigating site conditions, options, etc. 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. The A-E shall demonstrate that they have experienced personnel with Alaska Registrations, and adequate capacity and depth in the following disciplines: 1. Civil Engineer 2. Land Surveyor 3. Electrical Engineer 4. Geotechnical Engineer B. The A-E shall also demonstrate that they have experienced personnel with certification and adequate capacity and depth in the following disciplines: 1. Project/ Program Management 2. Contaminated Soil 3. Industrial Hygienist (certified) (hazmat surveying and preparing abatement and worker protection specifications) 4. Cost Estimator The Air Force requires complete and functional designs that are appropriate for the sub-arctic environment of 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 1 August 2018. Primary POC email: rebecca.hartupee@us.af.mil Alternate POC email: sonia.rivera@us.af.mil The following documents are considered Attachments to this Synopsis/Solicitation: Attachment 1 - Instructions to Offerors Attachment 2 - Evaluation Criteria Attachment 3 - Statement of Work Attachment 4 - SF 330 Attachment 5 - Past Performance Questionnaire Attachment 6 - AMRDEC Guide
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/354CONS/FA5004-18-R-D014/listing.html)
 
Place of Performance
Address: 2310 Central Ave Bldg 2258, Eielson AFB, Alaska, 99702, United States
Zip Code: 99702
 
Record
SN04995048-W 20180719/180717231055-1c6bca0231836e8fa3bfba03d99d90f6 (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.