Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2017 FBO #5682
MODIFICATION

C -- Det 460 Environmental Baseline Survey - Amendment 1

Notice Date
6/12/2017
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 354 CONS - Eielson, 2310 Central Ave, Eielson AFB, Alaska, 99702, United States
 
ZIP Code
99702
 
Solicitation Number
FA5004-17-R-D005
 
Point of Contact
Zachary S. Bowens, Phone: 9073770109, Vernon L Verschelden, Phone: 907-377-3503
 
E-Mail Address
zachary.bowens@us.af.mil, vernon.verschelden@us.af.mil
(zachary.bowens@us.af.mil, vernon.verschelden@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Synopsis Attach 7 - Q&A Updated Attachment #2 Updated Attachment #1 ARCHITECT-ENGINEERING (A-E) SERVICES AT EIELSON AFB, AK. The 354th Contracting Squadron is seeking qualification packages and past performance information from vendors interested in providing professional architect and engineering services at Eielson AFB, AK to complete an Environmental Baseline Survey in accordance with Air Force Instruction (AFI) 32-7066 Environmental Baseline Surveys in Real Estate Transactions (dated 26 Jan 2015)) to evaluate the physical and environmental condition of properties to establish a baseline of data for use in Air Force decision making regarding property transactions. BACKGROUND: Eielson AFB requires an A&E firm to provide support for conducting an independent third party closeout Environmental Baseline Survey (EBS) for 2 Alaska Long Period Array (ALPA) seismic sites located North of Fairbanks in accordance with applicable regulatory guidance for Eielson AFB, Alaska and requirements set forth by the existing land owners. The contractor shall comply with all applicable federal, state, and local environmental statutes, regulations, rules, and executive orders. The efforts of this project are in support of decommissioning an Air Force seismic array and returning property to landowners. Both ALPA seismic sites are remote and undeveloped, lacking improved access. The Air Force has occupied these parcels of land since 1972. Descriptions and locations of the ALPA sites are in Attachment A - Site Specific Details. This is a competitive selection process in which competing offeror's 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. 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. Failure to respond to this post does not preclude participation in the subsequent technical evaluation so long as a firm's SF 330 is currently on file with the 354th Contracting Squadron. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. This acquisition will be a 100% Small Business set-aside. The NAICS 541330 (Engineering Services) applies to this acquisition, with a small business size standard of $15M. The Disclosure of Magnitude for the subsequent construction project is between $25,000 and $100,000 IAW FAR 36.204(b). A-E EXPERIENCE REQUIREMENTS: A-E's experience shall include that which is commensurate with the requirements specific to the scope of design. A. The A-E shall demonstrate that they have experienced personnel with Alaska Registrations, and adequate capacity and depth in the following disciplines: 1.Environmental Enigineer B. The A-E shall also demonstrate that they have experienced personnel with certification and adequate capacity and depth in one of the following disciplines: 1.Biologist/Physical Scientist 2.General Engineer 3.Project/Program Manager 4.Industrial Hygienist The Air Force requires complete and functional designs that are appropriate for the sub-arctic environment of interior Alaska and that meet all applicable Federal, State, Local, Industry, U.S. Air Force and Eielson AFB requirements. The A-E shall be responsible for all travel and lodging arrangements and expenses involved in the performance of work under this contract. The A-E shall furnish the Air Force with complete and usable products to include: planning documents, investigative reports, study reports, design analyses, project drawings, technical provisions (specifications), equipment layouts, cost estimates, submittal registers, quality assurance plans, constructability review reports, construction bidding amendments, construction contract modifications, and other documents. QUESTIONS: All questions regarding this synopsis must be submitted in writing no later than 9 June 2017 Primary POC email: zachary.bowens@us.af.mil Alternate POC email: vernon.verschelden@us.af.mil The following documents are considered Attachments to this Synopsis/Solicitation: Attachment 1 - Instructions to Offerors Attachment 2 - Evaluation Criteria Attachment 3 - Statement of Work Attachment 4 - SF 330 Attachment 5 - Past Performance Questionnaire Attachment 6 - AMRDEC Guide Attachment 7 - Q&A
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/354CONS/FA5004-17-R-D005/listing.html)
 
Place of Performance
Address: Multiple Locations (See SOW), Eielson AFB, Alaska, 99705, United States
Zip Code: 99705
 
Record
SN04541306-W 20170614/170612234951-b91bdd4cb238c5c25831843c9aafd85f (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.