Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 15, 2024 SAM #8297
SOLICITATION NOTICE

C -- A&E Services Full and Open Airfield Electrical Distribution Study

Notice Date
8/13/2024 6:40:00 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
5413 —
 
Contracting Office
FA3029 71 FTW CVC ENID OK 73705-5037 USA
 
ZIP Code
73705-5037
 
Solicitation Number
XTLF25-1097
 
Response Due
9/18/2024 9:00:00 AM
 
Archive Date
10/03/2024
 
Point of Contact
Shari Lamunyon, Phone: 5802137176, Fax: 5802136047, Betty S. Kliewer, Phone: 5802137582, Fax: 5802136047
 
E-Mail Address
shari.lamunyon.ctr@us.af.mil, betty.kliewer.ctr@us.af.mil
(shari.lamunyon.ctr@us.af.mil, betty.kliewer.ctr@us.af.mil)
 
Description
�SYNOPSIS FOR FIRM-FIXED-PRICE CONTRACT � ARCHITECT-ENGINEERING (A-E) SERVICES (full and open) to support the development of a technical study to identify potential mission impacts due to an aged electrical distribution system and associated equipment for Vance AFB airfield navigation and control systems. Project name is follows: XTLF 25-1097 Airfield Electrical Distribution Study �THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. NEITHER THE GOVERNMENT NOR ASRC FEDERAL FIELD SERVICES (AFFS) WILL PAY OR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT AND AFFS IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT �1. CONTRACT INFORMATION This requirement is being procured in accordance with the Brooks Act as implemented in FAR 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. Refer to section, �5. Selection Process�, for general information on the A-E selection process. A-E services are required for site investigation, engineering studies, concept design, and cost estimating for the subject project. The applicable NAICS code is 5413, Architectural, Engineering, and Related Services. This announcement is open to all businesses regardless of size. AFFS is contemplating awarding a firm fixed price contract. The Period of Performance for completing the study will be approximately 12 months in length. All firms will be required to submit a single SF330 for this full and open notice. Only A-E Teams responding to this solicitation and found to be qualified will be considered for the award of the design project.� 2. PROJECT INFORMATION This project is to develop and prepare a study to provide recommendations related to repair and modernization of the airfield electrical distribution system and provide preliminary construction estimates related to the recommendations. AFFS Project Manager and the A-E team will establish a delivery schedule for all interim and final submissions which will result in the study being completed within the agreed upon period of performance. XTLF 25-1097 AIRFIELD ELECTRICAL DISTRIBUTION STUDY Conduct an airfield electrical distribution study where the outcomes will safeguard the maintenance staff and aircraft navigation of the airfield during various operations such as taxiing, approach landing and takeoff. The study will contain a field investigation, a description of work in both narrative form and in drawings, an analysis of existing conditions, a sensitivity/risk assessment through evaluating opportunities and constraints associated with the study solution, recommendation to correct deficiencies, an estimate of probable construction cost, and a construction timeline. Vance AFB airfield utilizes three runways for its mission. The center runway is the most updated of the three that includes updated lighting. The west runway has not been updated since construction completion in 2017 and the east runway has updated edge lighting in 2019. The airfield study will evaluate the airfield electrical distribution condition and provide recommendations to repair distribution system that includes all three runways, taxiways, aprons and their light configurations. The evaluation will include transformers, backup generators and power equipment for airfield lighting applications, conductor integrity for lighting distributions, lighting equipment, isolation transformers and access points. Additionally, evaluation will be needed on currently approved airfield waivers which will be impacted by recommendation of airfield equipment repair. To create the study, the A-E team is to perform a detailed survey of the existing airfield cited above using all applicable UFCs and Air Force guidance and provide detailed documentation of observed deficiencies which will impact the ability of the airfield to support the updated UFC and Air Force guidance. Observations and recommendations include: Evaluate lighting vault, building 197, equipment conditions that support airfield lighting. After evaluation, identifying strategies for repairing or replacing degraded systems. This includes, but not limited to, transformers, power panels, backup generators, Continuous Current Regulators (CCR), conductors and conduits. Evaluate airfield�s lighting power system distribution and equipment. After evaluation, identify strategies for repairing or replacing degraded systems. This evaluation includes, but is not limited to, wiring distribution, conduits, access points, isolation transformers, capacitors, lighting equipment and signs. Identifying the impact of full compliance with Executive Order 14057, Electrification of Federal Facilities for all building systems which are significantly modified or replaced. Costs and impact to existing building infrastructure and space to be documented for each applicable system. Evaluate and provide recommendations for lighting solutions for use in areas affected by the proposed repair.� Perform airfield conductor insulation integrity test by performing a conductor insulation test. Perform a photometric test for 20% of each different type of light source. Perform an infrared reading within opened power panels, CCR terminations and each termination to ensure good connections. Perform field investigation to verify buried duct bank integrity. Potholing methods to asses condition of known ductbanks, as determined by Vance AFB and the AE firm.� Estimates of probable construction cost are required for this study and must be prepared using the Corps of Engineers Micro Computer Aided Cost Estimating System (MCACE) � Second Generation (MII). 3. RESPONSE TO SOLICITATION SUBMISSION REQUIREMENTS: A-E Teams will be selected in accordance with FAR section 36.602-1. A-E Teams must submit a SF330 package of qualifications for review by AFFS and approved by Vance AFB Government Personnel. The selection criteria for this request are listed below in descending order of importance. AFFS shall evaluate each potential A-E Team in terms of its: Specialized experience and technical competence in (a) airfield electrical study reports, (b) familiarity with airfield lighting on Air Force installations, (c) experience in energy conservation, pollution prevention, waste reduction, and use of recovered materials and demonstrated familiarity with either the GBCI �Guiding Principles Assessment for Department of Defense� program or the GBI �Department of Defense Guiding Principles Compliance for New Construction & Comprehensive Replacement� program, and (d) producing quality designs based on evaluation of a firm�s design quality management plan (DQMP). The evaluation will consider the management approach, coordination of disciplines and subcontractors, quality control procedures, and prior experience of the prime firm and any significant subcontractors on similar projects. Qualified professional personnel in these key disciplines: project management, electrical engineering, electrician and potholing subcontractor. The lead engineer in each discipline must be registered to practice in the appropriate professional field. The evaluation will consider education, certifications, training, registration, overall and relevant experience, and longevity with the firm. The A-E team must include engineers with at least 5 years of experience designing and planning facilities as described above for the Air Force. Final deliverables must be stamped and signed by professionals registered in accordance with FAR 52.236-25 Requirements for Registration of Designers. Demonstrated past performance on contracts with Government agencies and private industry with respect to cost control, quality of work, and compliance with performance schedules. Personnel capacity to support airfield study to meet agreed schedule. Knowledge of the locality of the project. Proposed approach for delivering the airfield electrical distribution study within the period of performance. 4. SOLICITATION SUBMISSION REQUIREMENTS The SF330, parts A thru G should be limited to 25 numbered pages (8.5�x11�) of easily readable text (size 11 font), graphics and pictures. Part H is not limited in length. 5. SELECTION PROCESS The intent of the AFFS and A-E Team arrangement is to facilitate the timely, transparent, and efficient teaming between the A-E Team and AFFS to meet the needs of Vance AFB. Within three weeks of receipt of the SF330 packages, a committee comprised of AFFS staff architects, engineers, and leadership will review the package according to FAR 36.602-2 thru 36.602-4. Submissions will be evaluated based on stated services in the SF330. Each committee member will independently review the SF330s and evaluate the suitability of each A-E Team for this contract based on the submission requirements listed above. The committee will meet, and by consensus agree to a short-list of the most qualified A-E Teams for progressing to the next step for the selection process based on the provided information in the SF330. The most qualified teams will be invited to an approximately 30-minute telephone/virtual interview. This interview will include a prepared presentation by the candidate which will not exceed 20 minutes followed by 10 minutes of questions for the purpose of answering clarifying questions related to their SF330 submission. Upon conclusion of the interviews, the committee will rank the most qualified teams. The rankings will be shared with the 71st ISS/CE Flight representatives. With concurrence, AFFS Local Purchase will provide the most highly qualified team the Statement of Work in order to begin negotiating a fee for the project. Upon successful conclusion of the fee negotiations, the A-E Team will proceed with the design process in accordance with the Statement of Work and at the direction of the AFFS managing engineer. Please see all attached forms: Please submit all qualifications to the following email address:� shari.lamunyon.ctr@us.af.mil Qualifications are due by 18 September 2024 11:00 am (CST)�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/eaa764adeed34c8f85363b33eb76b0a5/view)
 
Place of Performance
Address: OK 73705, USA
Zip Code: 73705
Country: USA
 
Record
SN07167756-F 20240815/240813230118 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.