The RFP Database
New business relationships start here

FTQW121012 Repair Black Start Generator


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 for FTQW 12-1012 Repair Black Start Generator (B6203) to investigate the repair/replacement options of the black start generator at the Central Heat and Power Plant (CH&PP).

BACKGROUND: Eielson AFB owns and operates the Central Heat and Power Plant (CH&PP), a coal-fired co-generation plant. The plant has six boilers; each originally rated at 120,000 pounds of steam per hour. It has five extraction-type steam powered generators with a total generating capacity of 25MW. In addition there are four auxiliary diesel generators, each rated at 1.5 MW, located adjacent to the plant. Finally, in the basement of the plant is the 2.5 MW diesel-powered, black start generator. The existing black start generator was manufactured by EMD and was installed in approximately 1987 as part of a major plant upgrade. Because of excessive emissions, Eielson's Air Permit includes operational limits for the unit. The generator is not allowed to consume more than 157,000 gallons of fuel in any rolling 12-month period. In addition, peak output is limited to 1,800 kW. The black start generator used to be used for peak load shaving, but due to the fuel and output limits, that practice is no longer possible.

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 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 not applicable to investigation services.

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. Mechanical Engineer

3. Structural Engineer

4. Civil Engineer

5. Fire Protection Engineer

6. Electrical Engineer

7. Land Surveyor

*For the Fire Protection Engineer (FPE) - "licensed professional" for purposes of this evaluation factor shall mean a registered professional engineer (P.E.) who has passed the fire protection engineering written examination administered by the National Council of Examiners for Engineering and Surveys (NCEES). The FPE shall also have a minimum of 5 years of experience, dedicated to fire protection engineering that can be verified with documentation. Proof of passing the examination and required experience shall be submitted with the proposal or it will be assumed the FPE does not meet these qualifications.

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. Environmental (hazmat and soil remediation)

3. Industrial Hygienist (certified)

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 18 December 2017


Primary POC email: sonia.rivera@us.af.mil

Alternate POC email: tanya.gutka@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


Sonia O Rivera, Contracting Specialist, Phone 9073772905, Email sonia.rivera@us.af.mil - Tanya L. Gutka, Phone 9073777061, Email tanya.gutka@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP