Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2013 FBO #4283
SOURCES SOUGHT

Z -- Joint Base Andrews Airfield Planning, Designing, Repair and Modernization

Notice Date
8/14/2013
 
Notice Type
Sources Sought
 
NAICS
488119 — Other Airport Operations
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1500 West Perimeter Rd, Suite 2780, Andrews AFB, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
JBAndrewsAirfieldModernization
 
Point of Contact
Benjamin Godfrey, Phone: 2406125663, Selina F. Williams, Phone: 3019811258
 
E-Mail Address
benjamin.godfrey@afncr.af.mil, Selina.Williams@afncr.af.mil
(benjamin.godfrey@afncr.af.mil, Selina.Williams@afncr.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Air Force is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for comprehensive airfield planning and programming study. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 488119. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. [Note: In accordance with FAR 10.001(b), agencies should not request potential sources to submit more than the minimum information necessary.] The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by COB 21 August 2013. All responses under this Sources Sought Notice must be emailed to benjamin.godfrey@afncr.af.mil and selina.williams@afncr.af.mil. If you have any questions concerning this opportunity please contact: SrA Benjamin Godfrey at (240)612-5663 or Selina Williams at (240)612-5679. APPENDIX 1: Purpose and Objectives Joint Base Andrews is initiating a Planning and a Design for Repair and Modernization effort for the remaining major airfield facilities. Prior to beginning the planning and designing associated with this effort, an assessment of the existing interrelated airfield electrical, civil, and NAVAIDs infrastructure, along with the respective operational requirements, is needed. The work described here is for professional airfield assessment services provided by engineering personnel familiar with both Department of Defense airfield design standards and the existing facilities at JBA. The Contractor otherwise known as the Architecture/Engineer Firm (A/E), shall provide engineering personnel experienced with previous airfield infrastructure repair and modernization projects to provide an assessment of the existing airfield facilities for conformance to current design standards and anticipated future operational requirements. The A/E shall have access to an airfield with night operations or "blackout conditions" and have photometric logging capability. The A/E shall have at least ten years of experience with FAA, UFC, AFI, and ICAO airfield standards. The A/E shall work closely with the Base Planner and attend meetings and take minutes and write planning reports, perform research, draft conceptual designs, and draw maps. The Contractor shall deliver to AFDW/A7, the 11CES Planner, and 11CES Project Engineer: • Airfield Planning Study • Obstruction Survey and Inventory • Obstruction Reduction Plan • Obstruction Light Survey and Basis of Design • E-1 Tab • Map of Airfield Projects • Installation Complex Encroachment Management Action Plan (ICEMAP) • NAVAIDS One-Line Diagrams for FAA Memorandum of Understanding (MoU) • Apron Lighting Basis of Design Performance Period is approximately 270 days after contract award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/JBAndrewsAirfieldModernization/listing.html)
 
Place of Performance
Address: JB Andrews, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN03149360-W 20130816/130814235952-dc7805c61cedcd7f78b306798937fa49 (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.