Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 08, 2018 FBO #6071
SOLICITATION NOTICE

C -- Repair Base Steam Traps - Attach 6 - AMRDEC Guide - Attach 2 - Evaluation Factors - Attach 3 - Statement of Work - Attach 1 - Instructions to Offerors - Attach 5 - PPQ - Attach 4 - SF 330

Notice Date
7/6/2018
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 354 CONS, 2310 Central Ave, Bldg 2258, Eielson AFB, Alaska, 99702, United States
 
ZIP Code
99702
 
Solicitation Number
FA5004-18-R-D013
 
Point of Contact
Rebecca Hartupee, Phone: 9073770108, Sonia O Rivera, Phone: 9073772905
 
E-Mail Address
rebecca.hartupee@us.af.mil, sonia.rivera@us.af.mil
(rebecca.hartupee@us.af.mil, sonia.rivera@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SF 330 PPQ Instructions to Offerors Statement of Work Evaluation Factors AMRDEC Guide 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 design the repair of the Repair Base Steam Traps. BACKGROUND: Eielson AFB currently operates a 37 mile long utilidor system that transports steam to various facilities throughout the base. The base estimates that the utilidor has roughly 1000 steam traps throughout the steam distribution network. Eielson does not currently have any records of numbers or locations of steam traps located within the utilidor system. The investigation will help determine the current state of the steam traps and help build a repair project to get the system unified and functional. 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 solicited as a 100% Small Business Set-Aside. The NAICS 541330 (Engineering Services) applies to this acquisition, with a small business size standard of $15M 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 a separate water storage and pumping facility will be required to provide adequate system flows 3. Collecting and reviewing project data and records 4. Developing design concepts and cost estimates 5. Submitting an investigation report 6. Attending review meetings 7. Making the revisions requested by the Government The scope of the investigation shall include the mapping and conditions of the Steam Traps at Eielson AFB, AK. 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. Mechanical Engineer 2. Civil Engineer 3. 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. Project/ Program Management 4. Industrial Hygienist (certified) 5. Cost Estimator The Air Force requires a complete and functional investigation that is 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: investigative reports, study reports, trap conditions, and mapping, cost estimates, and other documents. QUESTIONS: All questions regarding this synopsis must be submitted in writing no later than 23 July 2018. Primary POC email: rebecca.hartupee@us.af.mil Alternate POC email: sonia.rivera@us.af.mil Alternate POC email: tanya.gutka@us.af.mil The following documents are considered Attachments to this Pre-Solicitation Notice: 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/FA5004-18-R-D013/listing.html)
 
Place of Performance
Address: 2310 Centeral Ave Bldg, Eielson AFB, Alaska, 99702, United States
Zip Code: 99702
 
Record
SN04981399-W 20180708/180706230354-29928e2374d9fa1fd3866353087a54f7 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.