The RFP Database
New business relationships start here

FTQW 17-1008 AE Construct Det 460 Garage


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 Construct Detachment 460 Garage.


BACKGROUND: Building 1183's existing garage is not large enough to house Det 460's vehicles and equipment while providing enough room for personnel to safely navigate the space. The soil at the site is known to be contaminated.


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 $25,000 and $100,000 IAW FAR 36.204(b).



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. Architect
2. Civil Engineer
3. Structural Engineer
4. Electrical Engineer
5. Mechanical Engineer
6. Land Surveyor


B. The A-E shall also demonstrate that they have experienced personnel with certification and adequate capacity and depth in the following disciplines:


1. Fire Suppression Engineer (licensed)
2. Project/Program Manager
3. Industrial Hygienists (certified)
4. Qualified Environmental Professional as defined in 18 AAC 75 and 18 AAC 75. The project is on a known contaminated soil site (a site specific SAP will be required for soil contamination tests that must be conducted during site investigation as well as for disposal of any contaminated geotech sample cuttings).
5. Cost Estimating


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 21 July 2016


Primary POC email: tanya.gutka@us.af.mil
Alternate POC email: jeremy.hemington@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, Contract Specialist, Phone 9073777061, Email tanya.gutka@us.af.mil - Jeremy S. Hemington, Contracting Officer, Phone 9073771406, Email jeremy.hemington@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP