The RFP Database
New business relationships start here

FTQW 07-1093P1 Repair 168th ANG Tanker Row Aprons AE


Alaska, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

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 repair the tanker row aprons on Eielson AFB, Alaska.


BACKGROUND: The Tanker Row Aprons are located on Eielson AFB airfield, adjacent to the Romeo and Sierra Row Aprons. Eielson AFB had a pavement evaluation conducted in 2011 and in 2015. The actual concrete pads, feature A07B, were constructed in 1972. The Pavement Condition Index (PCI) was found to be 48 and 35 for 2011 and 2015 respectively. Feature A07B was the second-worst rated section on the airfield with a PCI of 35, placing it in the VERY POOR category. Of note, the linear cracking has increased in severity since 2011. The asphalt portions around the concrete pads, feature A28B, were constructed in 1990. The PCI was found to be 68 and 65 in 2011 and 2015 respectively. The desired end state is to replace the Tanker Row apron section A07B by extending section A09B. We will replace each of the diamond shaped pads with a 145' wide PCC strip to extend A09B, then do a 45' wide ACC mill & overlay on either side to extend A34B as well and provide a good transition. Concrete pads will be replaced with one continuous concrete pad. Concrete pads will provide strength and durability for a longer span of time reducing FOD issues with the KC-135 mission.


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 will be 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 $10,000,000 and $25,000.000 IAW DFAR 236.204(i).


The work to be performed shall include, but is not limited to:


1. Attend a pre-investigation meeting.
2. Site investigation, investigation of options, development of design concepts, and production of an investigation report, including a discussion of options with recommendations and cost estimates.
3. Collecting and reviewing project data and records
4. Development of the design documents for the selected option - including design analysis, specifications, drawings and cost estimates.
4. Attendance at the various project related meetings and review conferences.
5. Responding to review comments and making revisions to the design as agreed upon during the reviews.
6. Producing and submitting the final project design documents.


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 Engineering


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. Industrial Hygiene
3. Cost Estimating
4. Civil Engineering
5. Contaminated Soil (no known contaminants at this time, but Generic SAP soil contamination tests must be conducted during site investigation)


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 a product that can be used to set a scope of design 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.


Disclaimer: The Government assumes no responsibility for any conclusions or interpretations made by the Contractor based on the information made available by the Government. Nor does the Government assume responsibility for any understanding reached or representation made concerning conditions which can affect the work by any of its officers or agents before the execution of this contract, unless that understanding or representation is expressly stated in this contract.


QUESTIONS: All questions regarding this synopsis must be submitted in writing no later than 30 May 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 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


 


Tanya L. Gutka, Phone 9073777061, Email tanya.gutka@us.af.mil - Donovan A. Wall, Contracting Officer, Phone 9073770108, Email donovan.wall@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP