SOLICITATION NOTICE
C -- Repair Ash Handling Control System at the Central Heating & Power Plant (CH&PP) - Synopsis Attachments
- Notice Date
- 2/21/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 354 CONS - Eielson, 2310 Central Ave, Eielson AFB, Alaska, 99702, United States
- ZIP Code
- 99702
- Solicitation Number
- FA5004-AE-FTQW121008
- Archive Date
- 4/7/2017
- Point of Contact
- Zachary S. Bowens, Phone: 9073772760, Donovan A. Wall, Phone: 9073770108
- E-Mail Address
-
zachary.bowens@us.af.mil, donovan.wall@us.af.mil
(zachary.bowens@us.af.mil, donovan.wall@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Synopsis Attach 6 - AMRDEC Guide Synopsis Attach 5 - PPQ Synopsis Attach 4 - SF330 Synopsis Attach 3 - Statement of Work Synopsis Attach 2 - Evaluation Criteria Synopsis 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 Repair Ash Handling Control System at the Central Heating & 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. Each boiler is equipped with bottom ash hoppers, sifting hoppers, fly ash hoppers at several levels, and a dedicated baghouse to capture fly ash. Ash from the boilers baghouses is collected in two silos using a piped vacuum collection system. Fly ash is collected in one silo and bottom ash is collected in the other. The bottom ash silo was erected in about 1986 and the fly ash silo was put into service in about 2005. Ash from the silos is gravity fed into a custom-made box fitted to a dump truck. The ash is transported several miles from the plant and land filled. The existing ash collection control system was installed in 1987 and is based on an Allen-Bradley PLC 5 and a PanelView 1250, which are no longer supported by the manufacturer. In addition, the existing panel is an upgrade from an older system. Many of the indicator lights and switches on the existing control panel are no longer functional. Ash unloading controls are not all in a single location. Workers operating the system must run upstairs to operate some controls - pug mill and mixer unloaders, for example. While operating the upstairs controls, the operator can't see what is happening at the truck. The level sensor in the ash silos no longer function reliably. In addition, there is no silo level indication located at the truck loading level. There is no reliable method installed to determine when the truck-mounted ash box is full. As a result, workers must pull the ash chute out of the ash box far enough to see the level of the ash in the box. Pulling the chute up during loading exacerbates the airborne dust problem./ a mercury tilt switch dangling from a cable off the end of the ash chute has been tried as a means to signal when the ash truck is full, however, the ash sometimes trapped the switch against the roof of the ash box. When that happened, the switch was torn off when the chute was retracted. Almost all areas inside the plant are dusty. Many areas are classified as Class II, Div 1 or 2, Group F. In addition, many of the metal surfaces inside may be coated with lead-based paint and there may be asbestos containing materials in the project area. 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 $500,000 and $1,000,000 IAW FAR 36.204(e). 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. Electrical 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. Industrial Hygienists 3. Cost Estimating 4. Process Controls Designer 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 23 March 2017 Primary POC email: zachary.bowens@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 Attachment 6 - AMRDEC Guide
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/354CONS/FA5004-AE-FTQW121008/listing.html)
- Place of Performance
- Address: Eielson AFB, Alaska, 99702, Eielson AFB, Alaska, 99702, United States
- Zip Code: 99702
- Zip Code: 99702
- Record
- SN04408705-W 20170223/170221234712-717c35ec3bf70dd0a752a85215dc272a (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 |