The RFP Database
New business relationships start here

F-35 Renovate Muns Inspection Facility for Blast Protection (B1324)


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 renovate the existing Munitions (Muns) Inspection facility (Bldg 1324) to divide inspections operations for the F-35A aircraft via construction of a blast-protected wall, as well as renovate existing admin space to meet the requirements of new and existing programs.


BACKGROUND: Eielson AFB was chosen as the preferred alternative for the F-35A mission beddown. The current munitions inspection facility has one open bay for munitions inspections, and blast protection consists of a wall separating maintenance personnel and the munitions inspection bay. However, due to the increased capacity needed for munitions inspection capability for the F-35 beddown, the maintenance bay must be divided to allow for multiple airframe munitions inspections. Also, some interior walls in the existing office space must be reconfigured to make room for the 12 incoming full-time personnel dedicated to F-35A and current mission munitions inspections. If not constructed, there will be negative impacts on aircraft readiness, inability of the installation to sustain F-35A operations, and direct impacts to mission objectives supporting stability and security in the Asia-Pacific region. 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 $250,000 and $500,000 IAW FAR 36.204(d).


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 electrical and utility services are adequate to support the renovation work
3. Collecting and reviewing project data and records
4. Developing design concepts and cost estimates
5. Submitting an investigation report
6. Attending review meetings and publishing meeting minutes
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, adequate capacity and depth in the following disciplines:


1. Architect
2. Mechanical Engineer
3. Structural Engineer


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


1. Project/Program Management
2. Electrical Engineer
3. Fire Protection Engineer
4. Cost Estimating
5. 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 3 May 2017.


Primary POC email: zachary.bowens@us.af.mil
Alternate POC email: tanya.gutka@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
Attachment 6 - AMRDEC Guide


 


Zachary S. Bowens, Contract Specialist, Phone 9073772905, Email zachary.bowens@us.af.mil - Tanya L. Gutka, Contract Specialist, Phone 9073777061, Email tanya.gutka@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP