Alaska Bids > Bid Detail

C211 A&E Services -- 100% Design to Repair Aircraft Maintenance Facility

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159997816521546
Posted Date: Dec 14, 2022
Due Date: Jan 13, 2022
Solicitation No: FA500_23_AE_02
Source: https://sam.gov/opp/f74c8b355c...
Follow
C211 A&E Services -- 100% Design to Repair Aircraft Maintenance Facility
Active
Contract Opportunity
Notice ID
FA500_23_AE_02
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: Presolicitation (Original)
  • All Dates/Times are: (UTC-09:00) ANCHORAGE, ALASKA, USA
  • Original Published Date: Dec 14, 2022 09:49 am AKST
  • Original Response Date: Jan 13, 2022 05:00 pm AKST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: C211 - ARCHITECT AND ENGINEERING- GENERAL: LANDSCAPING, INTERIOR LAYOUT, AND DESIGNING
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    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 at JBER, AK to to develop a design to sustain, restore, and modernize the existing Aircraft Maintenance facility, Building 15432.



BACKGROUND: Building 15432 operates as a 24/7 facility with a continuous mission of providing en route, on aircraft, maintenance, launch, and recovery, along with refueling of Air Mobility Command (AMC) aircraft transiting JBER. The facility consists of space for supervision and administration support, a consolidated tool kit area, a maintenance crew support area, and a de-briefing area. The facility is a one story metal building, originally constructed in 1992, with an addition constructed in 1997 (approximate).



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:



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.



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.





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.

A firm-fixed-price contract will be negotiated. The contract is anticipated to be awarded in Feb 2023 with design completed by Nov 2023, a period of performance of 270 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 $100,000 and $250,000 IAW FAR 36.204.





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

1. Architectural design

2. Structural Interior Design (SID) services

3. Cost estimating

4. Design analysis

5. Concept design drawings

6. Supporting product information (catalogue cuts)

7. Limited civil, structural, mechanical, electrical, communications, fire protection design



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. Architect (team leader)

2. Interior Designer

3. Civil Engineer

4. Structural Engineer

5. Mechanical Engineer

6. Electrical Engineer



In addition, the Offeror's team shall include staff members in the following disciplines and shall demonstrate their

qualification:



1. Geotechnical Engineering Services

2. Cost Estimating



The scope of A-E services include but are not limited to architectural design, Structural Interior Design (SID)

services, digital 3D modeling, design analysis, concept design drawings, supporting product information

(catalogue cuts), site/landscape planning, and limited civil, structural, mechanical, electrical, communications, fire

protection design, and 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 not be held for this acquisition. If there are questions regarding the site or acquisition, please e-mail the POCs listed below.



QUESTIONS: All questions regarding this synopsis must be submitted in writing no later than 28 Dec 2022 at

1500 AKST.



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

Alternate POC email: robert.peters.11@us.af.mil



The following documents are considered Attachments to this Synopsis:



Synopsis Document - Evaluation Criteria and Instructions to Offerors (6 Pages)

Statement of Work FXSB 21-1054 (15 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
  • Dec 14, 2022 09:49 am AKSTPresolicitation (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 >