Alaska Bids > Bid Detail

A&E Structural Analysis - Bldg 652

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159091439660527
Posted Date: Jan 14, 2023
Due Date: Feb 13, 2023
Solicitation No: FA5000_23_AE03
Source: https://sam.gov/opp/d211a25488...
Follow
A&E Structural Analysis - Bldg 652
Active
Contract Opportunity
Notice ID
FA5000_23_AE03
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
PACAF
Office
FA5000 673 CONS LGC
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-09:00) ANCHORAGE, ALASKA, USA
  • Original Published Date: Jan 12, 2023 02:35 pm AKST
  • Original Date Offers Due: Feb 13, 2023 03:00 pm AKST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 28, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: C220 - ARCHITECT AND ENGINEERING- GENERAL: STRUCTURAL ENGINEERING
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    JBER , AK 99506
    USA
Description

ARCHITECT-ENGINEERING (A-E) SERVICES at Joint Base Elmendorf-Richardson (JBER), AK.



The 673rd Contracting Squadron is seeking qualification packages and past performance information from vendors interested in providing professional architect and engineering services to provide a structural analysis and retrofit options for existing 59th Signal Corp Headquarter Building (B652) located at Joint Base Elmendorf-Richardson (JBER). Services shall include structural analysis, drawings, supporting product information, cost estimating, and geotechnical services.



BACKGROUND: Building 652 is located at JBER Ft. Richardson. The facility serves as the primary communication hub for Fort Richardson housing residents. The 1st floor of existing facility is exhibiting floor slab fluctuation on southwest corner of original structure. From the exterior, it was obvious that the surrounding soil has moisture retention issue that could contribute to floor slab fluctuation. To resolve this deficiency, a structural analysis, including geotechnical services of surrounding area, has been authorized.



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.



GENERAL REQUIREMENT INFORMATION:




  1. This requirement is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work.

  2. A-E services are required for site investigation, planning, engineering studies, concept design, final design, and construction phase consulting services (option) for the subject project.

  3. The applicable North American Industrial Classification System code is 541330, which has a size standard of $22,500,000 in average annual receipts. This announcement is open to all small businesses under the size standard.

  4. A firm-fixed-price contract will be negotiated. The contract is anticipated to be awarded in Mar 2023 with design completed by Jul 2023, a period of performance of 100 days.



In accordance with (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. This acquisition will be solicited as a 100% Small business Set-Aside.



The Disclosure of Magnitude for the subsequent construction project is between $25,000 and $100,000 IAW FAR 36.204.



The work to be performed shall include but is not limited to:

1. Structural analysis

2. Retrofit/Repair options

3. Concept design drawings

4. Supporting product information

5. Site/landscape planning

6. Limited civil and structural cost estimates



A-E EXPERIENCE REQUIREMENTS: A-E's experience shall be commensurate with the requirements specific to the scope of design.



The A-E shall demonstrate that they have experienced personnel with Alaskan Registration, and adequate capacity and depth in the following disciplines:




  1. Structural Engineer

  2. Geotechnical Engineer



The scope of A-E services include but are not limited to structural analysis, retrofit/repair options, concept design drawings, supporting product information, site/landscape planning, and limited civil and structural cost estimates.



Please refer to the attached A-E Synopsis and Statement of Work for full details regarding this requirement.



A formal site visit will be held on 24 January 2023 at 10am. Those requesting to attend need to contact the POCs listed below by 19 January 2023 to coordinate base access.



QUESTIONS: All questions regarding this synopsis must be submitted in writing no later than 26 Jan 2023 at 1500 AKST.



Primary POC email: kimberly.knowlton.3@us.af.mil



Alternate POC email: justin.scales@us.af.mil



The following documents are considered Attachments to this Synopsis:




  • Synopsis Document - Evaluation Criteria and Instructions to Offerors (5 Pages)

  • Statement of Work HJZH 22-1041 (9 Pages)

    • Note: The SOW contains multiple attachments, which will be provided to the A-E Firm after selection.



  • Standard Form 330 (14 Pages)

  • Past Performance Questionnaire (5 Pages)

  • Applicable Provisions and Clauses (35 Pages)


Attachments/Links
Contact Information
Contracting Office Address
  • CP 907 552 5614 10480 SIJAN AVE STE 242
  • JBER , AK 99506-2501
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 12, 2023 02:35 pm AKSTSolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >