Federal Bid

Last Updated on 20 Apr 2019 at 12 AM
Solicitation
Eielson air force base Alaska

Quebec Fuel Spill

Solicitation ID FA500419RD001
Posted Date 20 Apr 2019 at 12 AM
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa5004 354 Cons Pk
Agency Department Of Defense
Location Eielson air force base Alaska United states 99702

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 provide an Investigation Report for the project Repair Quebec Fuel Spill Pavement.

 

BACKGROUND:  FTQW 192010 – Repair Quebec Fuel Spill Pavement is located on Eielson AFB, West of the Thunderdome (B1140).  In the Summer of 2019, two JP-8 fuel spills of approximately 100 gals each, occurred. During this time, the JP-8 eroded the Quebec Parking spots 3 and 7 and it is presumed the fuel infiltrated the pavement through raveling and existing cracks in the pavement. Per ADEC requirements, EAFB is responsible for the remediation of this site. It is assumed there is risk of other typical contaminants found on an airfield and thus must also be tested for. Coring the two parking spots will ensure a construction repair projects is sufficiently scoped and meet all ADEC reporting and handling requirements.  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. 

 

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 solicited on an unrestricted basis.  The NAICS 541330 (Engineering Services) applies to this acquisition, with a small business size standard of $15M.

 

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

 

1.  Attending a pre-investigation meeting

2.  Investigating site conditions, options, soil boring. 

3.  Collecting and reviewing project data and records

4.  Submitting an investigation report and Site Specific SAP

5.  Attending review meetings

6.  Making the revisions requested by the Government

 

The scope of the investigation shall include, but not be limited to the testing and analysis of contaminated materials and remediation recommendation efforts of the affected fuel spill sites at Eielson AFB, Alaska.

 

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 26 Apr 2019.

 

Primary POC email: [email protected]

Alternate POC email: [email protected]

 

Bid Protests Not Available