SOLICITATION NOTICE
C -- A&E Services Add_Repair Fire Station F140 at Vance AFB, Oklahoma
- Notice Date
- 1/2/2025 11:43:49 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
- XTLF21-1035
- Response Due
- 2/6/2025 9:00:00 AM
- Archive Date
- 02/21/2025
- 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 design of the renovation project XTLF 21-1035 ADD_REPAIR FIRE STATION, F140 at Vance AFB, Oklahoma. 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, final design, and minimal construction phase services 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 contract is anticipated to be awarded in March 2025 and design completed in or before March 2026. All firms will be required to submit SF330 for this Sources Sought 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 renovate the Combination Fire Station, F140. The facility is a one-story building and was constructed in 1968. The facility was expanded with building additions in 1995 and 2004. The current size of the building is 18,116 gross square feet. The size, configuration, and condition of this facility do not align with requirements of DAFMAN 32-1084 and UFC 4-730-10. Renovation scope to include site, building envelope, building interiors, and engineering systems. Site scope includes grading and drainage design, utility relocation, establishment of an ABA accessible route from parking to the building�s main entrance, parking lot striping, and miscellaneous sidewalk repairs. The project will require the demolition of a portion of the facility which includes office areas. A building addition consisting of a new training room, designed to meet storm shelter criteria, administrative offices and public toilet rooms will be constructed where the existing office area has been demolished. Building envelope scope includes replacement of all exterior glazing and glazing systems, replacement of all roofing, refinishing of exterior walls, modifications to apparatus bay door openings, and replacement of all exterior doors and frames. The architectural interior scope of work consists of a redesign of several interior spaces to enable the enlargement of the firefighter toilet/shower rooms, the relocation and proper sizing of additional support offices and functions, the complete removal and replacement of all finishes down to the metal studs in the existing dorm rooms. In the dorm rooms the demolition may also include metal wall framing if it is determined to need replacement. Finishes such as paint, ceiling tiles, and flooring will be replaced in rooms not otherwise modified for changes in function. Renovation scope to achieve ABA compliance for spaces that are lightly renovated includes new signage, adjustments to door hardware, and relocation of controls, light switches, and outlets as required. The vestibules to the Day Room are not ABA compliant and will be demolished and reconstructed as a part of this project. Structural scope consists of the engineering design required to support the new building addition, the modifications necessary to increase the size of the apparatus bay openings, modifications to load bearing walls where new openings are required, and general modifications where required to incorporate the work of other engineering disciplines, and/or because of an observed deficiency, or code or UFC related deficiency. Renovations to the existing fire protection systems includes adjusting the existing fire sprinkler system as required to accommodate both floor plan and ceiling changes. Additionally, this project will upgrade the fire alarm system to include an emergency voice communication system, a gas detection system, provide a new fire alarm interface to building life safety systems including fire sprinkler monitoring, provide low temperature sensors in the apparatus bays, an HVAC interface, in-building mass notification system, and an automatic fire sprinkler system throughout the building. The Fire Alarm Control Unit (FACU) will be relocated to the new primary building entrance. Plumbing scope to include engineering design to support replacement of the existing domestic water hot water heater, replacement of all existing plumbing fixtures and installation of new connections where required by changes to the floor plan. Additionally, all domestic water piping to be replaced back to the point of the incoming service. HVAC scope includes engineering design to support completely new systems throughout the facility. All existing below grade ductwork will be abandoned and sealed. A new building automation system will be installed for the facility. Electrical engineering scope includes design necessary to replace multiple existing electrical panels, new automatic transfer switches for separating the load from the generator into emergency loads and backup loads. Lighting will be replaced throughout the facility. Environmental scope of work requires preparation of criteria to address the abatement of ACM in vibration joints in the mechanical room and encapsulated in the fire doors. Project will require sustainability design and compliance 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. Sequencing plans will be required to demonstrate how the renovation will take place without impacting the mission of the firefighters. 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. 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 may also be included, is not limited in length, and is not required, but is encouraged. 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. Upon 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. 1. 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. 2. The committee will meet, and by consensus agree to a short-list of the most qualified A-E Teams for progessing to the next step for the selection process based on the provided information in the SF330. 3. The most qualified teams will be invited to an aprpoximately 30 minute telephone/virtual interview for the purpose of answering clarifying questions related to their SF 330 submission. 4. 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 highest rank 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 Architect or Engineer. Please see all attached forms: Please submit all qualifications to the following email address: shari.lamunyon.ctr@us.af.mil Please NOTE that all attached forms should be filled out and sent separately from the #4 Solicitation Submission Requirements .Do not included these as part of the (limited to 25 numbered pages). All qualifications are due by the 6th of February 2025 11:00 am (CST)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/94ba7ebe652142a0a2f736b871744018/view)
- Place of Performance
- Address: OK 73705, USA
- Zip Code: 73705
- Country: USA
- Zip Code: 73705
- Record
- SN07303880-F 20250104/250102230052 (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 |