A&E-B1747 Relocate De-Icing/Anti-Icing Dispensing Facility

expired opportunity(Expired)
From: Federal Government(Federal)
PTFL153001

Basic Details

started - 28 Feb, 2023 (13 months ago)

Start Date

28 Feb, 2023 (13 months ago)
due - 22 Mar, 2023 (13 months ago)

Due Date

22 Mar, 2023 (13 months ago)
Pre-Bid Notification

Type

Pre-Bid Notification
PTFL153001

Identifier

PTFL153001
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (705762)DEPT OF THE AIR FORCE (60189)AMC (72439)FA4484 87 CONS PK (521)

Attachments (3)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

THIS IS A REQUEST FOR SF 330'S ARCHITECT/ENGINEER QUALIFICATION PACKAGES ONLY. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE WILL BE ISSUED IN THIS PHASE. ARCHITECT-ENGINEERING (A/E) DESIGN SERVICES:1. The Department of the Air Force, 87 Contracting Squadron is seeking qualified Architect-Engineering (AE) firms to submit Standard Form 330 (SF 330) Architect/Engineering Statement of Qualifications for B1747 Relocate De-Icing/Anti-Icing Dispensing Facility at Joint Base McGuire-Dix-Lakehurst. Firms submitting qualification packages must be fully licensed to perform designs as a registered professional AE firm in the United States to be considered for this opportunity. Funds are not presently available for this effort. No award will be made until funds are available. The Government reserves the right to cancel this discussions/solicitation, either before or after the closing date. In the event the Government cancels the solicitation, the
Government has no obligation to reimburse an Offeror for any costs.2. This acquisition is a 100% set aside for Small Business Set Aside.3. Contract Information: A Firm Fixed Price A/E Design service contract is contemplated for Project B1747 Relocate De-Icing/Anti-Icing Dispensing. The estimated magnitude of construction for this project is $3.5M. The estimated/target design completion period is 270 calendar days after issuance of Notice to proceed. The NAICS code for this acquisition is 541330, Engineering Services with a size standard of $25.5 million.4. Due to the requirement for site visits and coordination on design reviews, A/E firms will be required to attend various meetings in person on site at Joint Base McGuire-Dix-Lakehurst facilities. Due to this requirement, the area for consideration for this acquisition is restricted to A/E firms with an operating office located within 400 miles of Joint Base McGuire Dix Lakehurst. Eligible prime contractor firms must have a main and/or branch office geographically located within the 400 mile driving distance. Offers outside the 400 mile driving distance will not be considered. (Determination of mileage eligibility will be based on upon Google Maps)5. Project Information/Statement of Tasks: The A/E team, including architects, engineers, surveyors, and professional consultants shall provide complete design services for the development of specifications and drawings for Project B1747 Relocate De-Icing/Anti-Icing Dispensing. The specific specifications of the requirement are demolish and remove existing de-icing/anti-icing dispensing facility building 1747 pump house and associated underground tanks, which are located adjacent to building 1732 and 1706. Demolition and removal work shall be done in accordance with all applicable state regulations. The demolition and removal work shall be identified as an option in construction phase. The contract documents shall also stipulate that, if this option is exercised, the demolition and removal/remediation work shall not be accomplished until the new facility is fully constructed, commissioned and in service. Provide a new de-icing/anti-icing dispensing station with open sided overhead cover that are capable of handling multiple vehicles at a time and for trucks to access dispensing aboveground tanks through dual lanes inside airfield perimeter in close proximity to building 3209 (big beige). Proposed location shall be addressed with respect to provisions for anti-terrorism force protection. The design of the new station shall include an adjacent off-load pavement area that can receive the product from a commercial tanker truck, off-load the product from said truck to aboveground storage tanks (AST), and can dispense the de-icing / anti-icing products from the ASTs to deicing trucks. The design shall be in compliance with UFC's and FAA guidelines. Provide four (4) 50,000 gallon de-ice tanks with approximately 12 feet diameter and one (1) 10,000 gallon anti-ice tank with approximately 10 feet diameter. All tanks shall be aboveground horizontal, double wall, type 1 steel storage tanks. Provide tank assembly with the manufacturer's standard to include stairway and a catwalk assembly. All tanks shall be designed of structural steel and shall provide access to the top of the entire length of the tank system. Provide a glycol stand tower to dispense the de-icing /anti-icing products from the ASTs to Air Force deicing trucks. The design shall include power, lighting, communications, controls and outdoor rated pumps as required in support of the dispensing stations, allowing for 24 hour operations. All tanks shall be mounted on tank saddles that elevate the tanks above the underlying concrete slab. The design shall include a spill containment enclosure and safety barriers to prevent accidental collisions. Provide a water service with meter and reduced pressure backflow preventer as required for mixing of anti-icing chemicals.6. Selection Criteria: The A/E Source Selection Team shall utilize the following selection criteria listed in descending order of importance:Professional: Professional qualifications necessary for satisfactory performance of required service and working together as a team (in-house and/or consultants(s)). Note: The firm and A/E on staff representing the project or signing drawings in each discipline must be registered/licensed to practice in the United States. Provide your information on the SF 330 clearly marked by providing a current architect and/or engineering License numbers AND proof of Licensure. The source selection team will confirm the individuals are current and in good standing with the respective state license board.Specialized: Specialized experience and technical competence in the area of relocate De-Icing/Anti-Icing Dispensing, including but not limited to: Architecture, Electrical, Plumbing, Mechanical, Fire Protection, Abatement/Industrial Hygiene, Cost Estimation, Project Management and where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. (Include Government and private Experience on similar projects)Capacity: Capacity to accomplish work in the required time. Past Performance: Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Past performance will be evaluated on recent and relevant contracts with government agencies Recent is defined as performance occurring within 5 years of the date of this notice, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this notice. Relevancy is defined as performance of work on projects that are similar in scope to the types of projects anticipated under the resultant contracts. Respondents with no previous past performance shall state this when addressing the selection criteria. Where there is no record of past performance, the proposal will be evaluated neither favorably nor unfavorably.Location: Location in general geographical area and knowledge of the locality of the project and that your proximity to the general geographical area enables you to respond to emergency calls in person within 24 hours if required. (SF 330 submittal should show your knowledge of the locality of the project.) Eligible prime contractor firms must have a main and/or branch office geographically located within the 400-mile driving distance. Distance will be determined by Google Maps.Construction Period Services: Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates.7. Selection Procedures:Firms responding to this announcement by submitting a qualifying SF 330, before the closing date and time, will be considered for initial selection evaluation. Following initial evaluation of the SF330s received three or more firms that are considered the most highly qualified to provide the type of services required will be selected for interviews. Selected firms will be notified by telephone or email of selection and provided further instructions.Selection and evaluation of firms shall be made based on SF 330 submissions and direct responses to the selection criteria identified herein. Failure to address all selection criteria will result in a decreased rating.Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and Contracting Officer knowledge of current project performance. Failure to provide requested data, could result in a firm being removed from consideration. If relevant CPARS evaluation(s) are available, report(s) shall be submitted with the completed SF330 package. If there is not a completed CPARS evaluation, the PPQ included with this notice is provided for the Offeror or its team members to submit for each project included in criterion. Official CPARS evaluation(s) found in in government databases will take precedence. Completed PPQs should be submitted with your SF330.Firms that design or prepare specifications in conjunction with this contract are prohibited from participating on any future construction contracts based on those documents. All projects identified on the SF330 must be completed by the office/branch/individual team member performing the work under this contract.8. Submission Requirements:The SF 330 form may be downloaded from http://www.gsa.gov/portal/forms/type/SF Completed SF 330 s shall include the primary firms, subcontractor firms and any consultants expected to be used on the project. Do not submit information incorporating by reference. Prospective firms shall address all selection criteria factors within their submitted SF330 packages. The following format should be used: (1) Cover Page with Solicitation Number, Project Title (2) Table of Contents (3) SF 330 s (4) Acceptability under other appropriate evaluation criteria, i.e., SF 330, Section H. (5) Copy of Current A/E state Engineer/Architect License (6) Unique Entity ID (UEI): (7) Tax ID number (8) The E mail address and Phone number of the Primary Point of Contact.SF 330 Date of Receipt/Due Date: Interested firms having the capabilities to perform this work must submit one (1) electronic SF 330 and attachments (if any) no later than (NLT) March 22, 2023, at 3:00 p.m. EST. Email capacity is limited to seven (7) to ten (10) megabytes (Megs).All SF330 submittals and questions must be sent electronically to the attention of Mary Beth Saunders at mary.saunders.3@us.af.mil and Wanda Wilson, Contracting Officer at wanda.wilson.1@us.af.mil . Please provide Pre-Solicitation Number, Project Title, and Firm Name in Subject Line of email. When submitting SF330s, if more than one email is sent, please number emails in Subjects as _ of #. Submittals received after the date and time identified on page one (1) will not be considered. Firms not providing the required information may be negatively evaluated. Facsimile submittals will not be accepted. All information must be included in the SF330.The SF-330 including title page, table of contents, and any other relevant information shall not exceed a total of 50 pages in a common font size 12 font, single spaced. The proposal shall be submitted as a single application-generated (not scanned), searchable PDF document. A page is defined as each face of an 8.5 X 11-inch sheet of paper containing information. The page limitation does not apply to the licenses, contract performance evaluations, (i.e., CPARS) and award documentation. This information should be provided as attachments to the SF 330.All questions regarding this announcement must be emailed to the Mary Beth Saunders at mary.saunders.3@us.af.mil and Wanda Wilson, Contracting Officer at wanda.wilson.1@us.af.mil no later than March 14, 2023 by 3:00 p.m. EST to allow time to respond. Site Visits will not be arranged during this phase.THIS IS A PRE-SOLICITATION NOTICE FOR ARCHITECT/ENGINEERING (A/E) DESIGN SERVICES; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330. ONLY THE A/E FIRMS RESPONDING TO THIS ANNOUNCEMENT BY SUBMITTING A SF330 PACKAGE ON TIME WILL BE CONSIDERED FOR INITIAL EVALUATION.

Joint Base MDL ,
 NJ  08640  USALocation

Place Of Performance : N/A

Country : United StatesState : New JerseyCity : Joint Base MDL

Classification

naicsCode 541310Architectural Services
pscCode C1BEARCHITECT AND ENGINEERING- CONSTRUCTION: AIRPORT TERMINALS
naicsCode 541330Engineering Services