Oklahoma Bids > Bid Detail

A-E Full & Open Renovate B421 & B423 at Vance AFB, Oklahoma

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159737664184876
Posted Date: Nov 6, 2023
Due Date: Nov 16, 2023
Source: https://sam.gov/opp/3ef8a0d6b3...
Follow
A-E Full & Open Renovate B421 & B423 at Vance AFB, Oklahoma
Active
Contract Opportunity
Notice ID
XTLF261014B421XTLF261015B423
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR EDUCATION AND TRAINING COMMAND
Office
FA3029 71 FTW CVC
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Nov 06, 2023 02:12 pm CST
  • Original Published Date: Oct 17, 2023 11:47 am CDT
  • Updated Date Offers Due: Nov 16, 2023 11:00 am CST
  • Original Date Offers Due: Nov 16, 2023 11:00 am CST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Dec 01, 2023
  • Original Inactive Date: Dec 01, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C219 - ARCHITECT AND ENGINEERING- GENERAL: OTHER
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Enid , OK 73705
    USA
Description View Changes

SYNOPSIS FOR FIRM-FIXED-PRICE CONTRACT- ARCHITECT-ENGINEERING (A-E) SERVICES (full and open) to support the design of two renovation projects for Vance AFB projects, XTLF 26-1014 RENOVATE B421 and XTLF 26-1015 RENOVATE B423 at Vance AFB, Oklahoma.





THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. NEITHER THE GOVERNMENT NOR ASRC FEDERAL FIELD SERVICES (AFFS) WILL PAY OR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT AND AFFS IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.



CONTRACT INFORMATION

This requirement is being procured in accordance with the Brooks Act as implemented in FAR 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. Refer to section, “5. Selection Process”, for general information on the A-E selection process.

A-E services are required for site investigation, engineering studies, concept design, final design, and minimal construction phase services for the subject project. The applicable NAICS code is 5413, Architectural, Engineering, and Related Services. This announcement is open to all businesses regardless of size. AFFS is contemplating awarding a firm fixed price contract. The contract is anticipated to be awarded in January 2024 and design completed in or before October 2024.





All firms will be required to submit SF330 for this Sources Sought Notice. Only A-E Teams responding to this solicitation and found to be qualified will be considered for the award of the design project.



PROJECT INFORMATION



This project is to renovate both Unaccompanied Enlisted Housing dormitories B421 and B423. Both buildings are three-story buildings. Each building is approximately 25,780 gross square feet. Renovation scope to include site, exterior, interior, and engineering systems renovation. Re-configuration of existing sleeping rooms to meet newer room standards is not a component of this project in accordance with AFI32-6000 Housing Management, Section 11.21.2.





Site scope includes grading and drainage design, establishment of an ABA accessible route from parking to each building’s main entrance, parking lot striping for ABA accessible parking, and miscellaneous sidewalk repairs.





Building envelope scope includes replacement of all exterior glazing and glazing systems, creation of wall openings to accommodate new PTAC mechanical system for sleeping rooms, removal and replacement of all roofing, replacing existing fire escape stairs with new code compliant enclosed egress stairs at each end of the buildings, and other general exterior repairs.





The architectural interior scope of work consists of replacing the acoustical ceiling system throughout the facility and raising the ceiling height in the corridor from 6’-10” to 7’-6” above finish floor, replacement of lavatory base cabinets and fixtures in all sleeping rooms, improving acoustical separation between sleeping rooms, improving thermal performance of the exterior wall in all sleeping rooms, providing built-in millwork in each sleeping room, reconfiguration of the second and third floor dining/kitchen areas for better space utilization, replacement of all floor finishes, and repainting of all wall surfaces.





Renovation scope to achieve ABA compliance includes renovating one ground floor sleeping room in each building to be ABA compliant as well renovating two additional ground floor sleeping rooms in each building with ABA compliant communication devices, and reconfiguration of the ground floor kitchen/dining space. Other ABA deficiencies to be addressed throughout each building include, at a minimum, door placements, door widths, interior signage, handrail extensions, and drinking fountains.





Structural scope consists of the engineering design required to support the addition of new enclosed fire egress stairs at each end of the existing buildings, and other general modifications where required to incorporate the work of other engineering disciplines, and/or because of an observed deficiency or code or UFC related deficiency.





Renovations to the existing fire protection systems includes adjusting the existing fire sprinkler system as required to accommodate both floor plan and ceiling changes as well as replacing sprinkler heads throughout the building, replacing the existing fire alarm system, and adding Mass Notification to the fire alarm system.





Plumbing scope to include replacing the existing domestic water hot water boiler and storage tank, as well as all domestic water piping and insulation throughout each facility.





HVAC scope includes engineering design to support new systems for sleeping rooms such as high-efficiency PTAC units in each sleeping room at second and third floors and a direct ventilation system for ground floor sleeping rooms, removal of the HVAC control system, and installation of a new building automation system for each facility.





Electrical engineering scope includes design necessary to replace multiple existing electrical panels, main distribution switchboards, existing transformers, all feeder circuits, all existing branch circuit wiring and conduit between panel and devices, including mechanical equipment, all existing wiring devices (receptacles, switches), all existing cable television cabling and outlets, existing electrical disconnects at equipment, and all interior and exterior lighting. Also included is engineering to support the installation of new panels to support the new sleeping room HVAC systems, and installation of a new exterior main service panel.



Environmental scope of work requires preparation of criteria to address the abatement of ACM at vinyl tile flooring throughout renovated spaces.





Project will require sustainability design and compliance with either the GBCI “Guiding Principles Assessment for Department of Defense” program or the GBI “Department of Defense Guiding Principles Compliance for New Construction & Comprehensive Replacement” program.





The estimated renovation construction cost for each building is more than $10 million. Cost estimates must be prepared using the Corps of Engineers Micro Computer Aided Cost Estimating System (MCACE) – Second Generation (MII). The A-E is responsible for accomplishing designs and preparing drawings using computer-aided design (CAD) and delivering a BIM model in Autodesk Revit software as well as Autodesk ACAD or Civil 3D, current edition as appropriate. Drawings shall be compliant with the current A/E/C CAD standard available from the CAD/BIM Technology Center and the BIM guideline available at (https://cadbimcenter.erdc.dren.mil/Default.aspx).



RESPONSE TO SOLICITATION SUBMISSION REQUIREMENTS



A-E Teams will be selected in accordance with FAR section 36.602-1. A-E Teams must submit a SF330 package of qualifications for review by AFFS and approved by Vance AFB Government Personnel.

The selection criteria for this request are listed below in descending order of importance. AFFS shall evaluate each potential A-E Team in terms of its:





1. Specialized experience and technical competence in (a) the design of comprehensive renovation projects, (b) familiarity with UEH facilities on Air Force installations, (c) experience in energy conservation, pollution prevention, waste reduction, and use of recovered materials and demonstrated familiarity with either the GBCI “Guiding Principles Assessment for Department of Defense” program or the GBI “Department of Defense Guiding Principles Compliance for New Construction & Comprehensive Replacement” program, and (d) producing quality designs based on evaluation of a firm’s design quality management plan (DQMP). The evaluation will consider the management approach, coordination of disciplines and subcontractors, quality control procedures, and prior experience of the prime firm and any significant subcontractors on similar projects.





2. Qualified professional personnel in these key disciplines: project management (architect or engineer), architecture, interior design, fire protection engineering, mechanical engineering, electrical engineering, structural engineering, and civil engineering. The lead architect or engineer in each discipline must be registered to practice in the appropriate professional field. The evaluation will consider education, certifications, training, registration, overall and relevant experience, and longevity with the firm. Final deliverables must be stamped and signed in accordance with FAR52.236-25 Requirements for "Registration of Designers".





3. Past performance on contracts with Government agencies and private industry with respect to cost control, quality of work, and compliance with performance schedules.





4. Capacity to submit the Conceptual Design Documents for “For Construction” Design (10-15% complete) by April 2024 and complete the Final Drawings for “For Construction” Design in or before October 2024.





5. Knowledge of the locality of the project.





SOLICITATION SUBMISSION REQUIREMENTS





The SF330, parts A thru G should be limited to 25 numbered pages (8.5”x11”) of easily readable text (size 11 font), graphics and pictures. Part H may also be included, is not limited in length, and is not required, but is encouraged.



SELECTION PROCESS





The intent of the AFFS and A-E Team arrangement is to facilitate the timely, transparent, and efficient teaming between the A-E Team and AFFS to meet the needs of Vance AFB.





Within three weeks of receipt of the SF330 packages, a committee comprised of AFFS staff architects, engineers, and leadership will review the package according to FAR 36.602-2 thru 36.602-4.





Submissions will be evaluated based on stated services in the SF330.





1. Each committee member will independently review the SF330s and evaluate the suitability of each A-E Team for this contract based on the submission requirements listed above.





2. The committee will meet, and by consensus agree to a short-list of the most qualified A-E Teams for progessing to the next step for the selection process based on the provided information in the SF330.





3. The most qualified teams will be invited to an aprpoximately 30 minute telephone/virtual interview for the purpose of answering clarifying questions related to their SF 330 submission.





4. Upon conclusion of the interviews, the committee will rank the most qualified teams. The rankings will be shared with the 71st ISS/CE Flight representatives. With concurrence, AFFS Local Purchase will provide the highest rank team the Statement of Work in order to begin negotiating a fee for the project.





Upon successful conclusion of the fee negotiations, the A-E Team will proceed with the design process in accordance with the Statement of Work and at the direction of the AFFS managing Architect or Engineer



"NOTICE TO OFFEROR (S) / SUPPLIER(S): FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS EFFORT. NO AWARD WILL BE MADE UNDER THIS SOLICITATION UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER THE CLOSING DATE. IN THE EVENT THE GOVERNMENT CANCELS THIS SOLICITATION, THE GOVERNMENT HAS NO OBLIGATION TO REIMBURSE AN OFFEROR FOR ANY COSTS."



All questions will need to be mailed to Shari Lamunyon- shari.lamunyon.ctr@us.af.mil and Betty Kliewer- betty.kliewer.ctr@us.af.mil



All interested firms will need to have their packets emailed to Shari Lamunyon- shari.lamunyon.ctr@us.af.mil and Betty Kliewer- betty.kliewer.ctr@us.af.mil



LATE RESPONSES WILL NOT BE ACCEPTED


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • ADMIN ONLY NO REQTN CP 580 213 6770 246 BROWN PKWY STE 228 BLDG 500
  • ENID , OK 73705-5037
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >