Similar Projects
RFQ Design - Charrette Reports Repair French Creek Housing Buried UTIL - Mech Equipment
Renovation, Infrastructure
Conception
$24,000,000 CJ est. value
Eielson AFB, AK 99702

Small Projects SATOC, Various Locations, Alaska
Renovation
Design
$5,000 to $20,000,000 est. value

Small Projects SATOC, Various Locations, Alaska
Renovation
Design
$5,000 to $20,000,000 est. value

RFQ D/B - Repair Fire Pump B3426
Renovation
Bidding
$1,000,000 CJ est. value
Eielson AFB, AK 99702

Repair Engineering Warm Storage, Bldg. 7246
Renovation
Bidding
$500,000 CJ est. value
Anchorage, AK 99505

USCIS TI Construction - AFB
New Construction - 5,100 SF
Post-Bid
$1,000,000 to $5,000,000 est. value
Anchorage, AK 99513

Command Suite Renovation
Renovation
Post-Bid
$25,000 to $100,000 est. value
JBER, AK 99506

EAR069 Demolition Dormitory Buildings 751 and 753
Demolition - 57,317 SF
Results
Eielson AFB, AK

Interior Upgrades Joint Military Mall
Renovation
Results
$100,000 to $250,000 est. value
JBER, AK 99506

Pavements and Grounds Building
New Construction - 8,000 SF
Design
$5,000,000 to $10,000,000 est. value
Eielson AFB, AK 99702

Asbestos Abatement Building 726 and Building 9361 (Revised)
Term Contract, Renovation, Infrastructure
Post-Bid
$100,000 CJ est. value
Anchorage, AK 99505

Repair 176WG Wellness Center
Renovation
Results
$100,000 to $250,000 est. value
JBER, AK

EIE431A F-35 Demolition of Building 1303
Demolition - 5,700 SF
Design
$1,000,000 to $5,000,000 est. value
Eielson AFB, AK 99702

Install Vent Hood, BLDG 16718
Renovation
Post-Bid
$100,000 CJ est. value
Anchorage, AK 99505

Repair 176WG Mission Planning Room
Renovation
Results
$100,000 to $250,000 est. value
Anchorage, AK 99506

Last Updated 08/17/2022 09:36 AM
Project Title

RFQ - IDAE Mechanical Engineering

Physical Address View project details and contacts
City, State (County) Anchorage, AK 99505   (Anchorage County)
Category(s) Government/Public, Green Building
Sub-Category(s) LEED Certified, Military Facility
Contracting Method Competitive Bids
Project Status Construction start expected February 2023
Bids Due View project details and contacts
Estimated Value $1,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

As of August 17, 2022, information regarding award and award date has not been disclosed. A firm timeline for construction has not been disclosed. *The closed solicitation has been included below for reference: 1. CONTRACT INFORMATION: This Indefinite Delivery multi-discipline contract(s) is being procured in accordance with the Brooks A-E Act as implemented in FAR Part 36 and the supplements thereto. Firm(s) will be selected for negotiation based on demonstrated competence and qualifications for the required work. This announcement is open to all Small businesses. North American Industrial Classification System code is 541330, which has a size standard of $16.5M in average annual receipts. To receive award contractors must be registered in the System for Award Management (SAM). Register via the SAM Internet site at https://www.sam.gov/SAM/. Anticipate award of three (3) multiple award task order contracts with a shared capacity of $9.75 million. The contract type shall be indefinite delivery, firm fixed price over a term of 5 years. Anticipated average task order range will be from $150K - $1M. The maximum task order limit will be $9.75M. When the conditions in FAR 19.502-2 are met at the time of order set-aside, and the specific program eligibility requirements, as appliable are also met, Task order set-asides for small businesses (totally or partially) will be discretionary. All responders are advised that this contract may be revised or canceled at any time during the solicitation, selection, evaluation, negotiation and final award. In addition, no projects are yet authorized (See FAR 52.232-18). This solicitation does not guarantee work to the selected firm. Award of the contracts are anticipated for the second quarter of FY 22. Telephonic interviews will be held with all of the most highly qualified firms.The allocation of requirements between all concurrent contracts will be based on a unilateral assessment by the Government of any or all of the following unranked issues: a. Equitable allocation of work among contracts; b. Specific and unique capabilities; c. Apparent capacity of the contractor to perform the anticipated type of work; d. Timeliness and historical work performance; e. Required delivery schedules; f. Experience and/or ongoing work (locality and/or type); g. Cost sharing between the task orders; h. Understanding of local factors geography; i. Remaining contract capacity; j. Potential for on-going work from the task order; k. Cost to attend meetings, mobilize/demobilize, etc; l. Potential variability of work; m. Prohibition of designer performing construction (AE-construction); n. Ease of negotiation completion; and o. Available personnel.2. PROJECT INFORMATION: The AEs selected would be required to have sufficient staff, flexibility, and capability to be available on an as-needed basis. Typical types of services to be provided are related to the study and design of new, renovations, repair, and modernization of mechanical and electrical systems to include: studies and designs of electrical power, communication, grounding, lighting and control systems; study and design of heating, ventilation, air conditioning and refrigeration with DDC controls, utilidors and enclosed utility systems; performance of commissioning services (LEED both Fundamental and Enhanced); study and design of fire protection and detection systems (including aircraft hangar high expansion foam (HEF) fire suppression systems as well as standard wet, dry, and pre-action sprinkler systems); ; general building designs; the design of POL systems is incidental to facility design. The AE may also perform construction phase services, inspection and investigations or may development Design/Build RFPs. The AE and their subcontractors must have experience in cold regions design. Cold regions design is not considered to be a separate discipline that can be subcontracted. Rather, knowledge and experience in the design, construction and operation of facilities in arctic, subarctic, and cold region environments must be integral to all design disciplines. The AE may be required to participate in programming, value engineering studies, design Charrettes and project review conferences; participation may include facilitation, VE Study team, etc. The Government may require that designs be in metric and/or English systems of units. The firm must demonstrate the ability to; provide drawings in AutoCAD (version as required by the project); Have the capability to provide designs using building information modeling (BIM) software; use the latest version of M2 (cost estimating software furnished by the Government); provide a cost estimate in work breakdown structure (WBS); provide draft DD Form 1354, Transfer and Acceptance of Military Real Property; provide electronic bid set (EBS) documents; use SPECSINTACT, for all projects unless otherwise directed in the Task Order. The AE will be required to use Dr. Checks programs (permissions and passwords will be distributed on a project-by-project basis). Systems information required for Dr. Checks: Internet Explorer (Microsoft); the web site is: http:\\www.buildersnet.org\drchecks. The Government may require the AE provide engineering, testing, and design services during construction. The Government may require the AE to provide the Government Construction Management and Design Staff with Fundamental and Enhanced Commissioning Services for various projects. The Commissioning Services shall include individuals to serve as the Commissioning Authority on the project as described in the USGBC LEED Reference Guide 2009 Edition, Energy and Atmosphere Prerequsite 1 and Credit 3. These persons will support the Government in verifying contract compliance regarding the design, construction and initial post-occupancy phase of the project delivery as it relates to enhanced commissioning. The Government may require the AE to prepare and review energy models prepared by others using DOE approved modeling software in accordance ASHRAE 90.1 Appendix G and UFC 3-400-01. 3. LOCATION:Primarily Various Locations, Alaska, but may be utilized outside Alaska on an exception basis. Facilities will generally be located in arctic or subarctic environments.4. SELECTION CRITERIA:The following selection criteria are listed in descending order of importance: Criteria (A) (H) are primary selection criterion.(A) MINIMUM REQUIREMENTS FOR PROFESSIONAL PERSONNEL IN THE FOLLOWING DISCIPLINES (Responding firms must address each discipline, clearly indicate which shall be subcontracted, and provide a separate SF330, Part II, for each subcontractor.): 1) In-house capability for mechanical and electrical engineers with ten years post-graduate experience.. An engineer in each discipline must have been registered for six years. 2) A Registered Communications Distribution Designer with a minimum of 6 years experience. 3) A Commissioning Authority Certified by AGC, NEBB, BCxA, UvWM or TABB. 4) A registered fire protection engineer. 5) A registered Architect.6) A registered structural engineer. 7) NACE certified corrosion engineer (a NACE certified cathodic protection specialist and a NACE certified coatings inspector will suffice for a NACE certified corrosion engineer). 8) A certified industrial hygienist. 9) A cost estimator. 10) A Certified Value Specialist (CVS)Cold regions design is not considered to be a separate discipline that can be subcontracted. Rather, knowledge and experience in the design, construction and operation of facilities in arctic and subarctic environments must be integral to all design disciplines. Key design personnel must demonstrate training and specialized experience in cold regions design related to their specific discipline, as well as the ability to properly identify and address critical interfaces between related disciplines. Responding firms MUST address each discipline, clearly indicate which shall be subcontracted, and provide a separate SF330, Part II, for each subcontractor. (B) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE IN: 1) Design and studies conducted for electrical power and communications internal and external distribution. 2) Designs and studies conducted for medium voltage systems including overhead/underground distribution, power plants and substations. Designs and studies conducted for low voltage systems including interior power, generators, uninterruptible power supplies and lighting systems. Designs and studies conducted for information management systems including exterior distribution, interior local area network and telephone systems. Designs and studies conducted for airfield lighting, hazardous areas, and lightning protection. 3) Heating, piping including utility systems, ventilation, air conditioning and refrigeration systems. Utilidor and enclosed utility systems. 4) Experience in BIM modeling and LEED energy consumption modeling.5) High expansion foam (HEF) fire suppression systems, and fire detection systems. (C) Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with schedules. (D) Capacity to maintain schedules and accomplish required work on three simultaneous task orders. (E) Knowledge of locality (F) Sustainable design including energy modelingCRITERIA G-I ARE SECONDARY AND WILL ONLY BE USED AS TIE-BREAKERS AMONG TECHNICALLY EQUAL FIRMS: (G) Geographic Proximity. (H) Volume of DOD contract awards in the last 12 months. (I) Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. 5. SUBMISSION REQUIREMENTS: Copies of the solicitation and amendments are available by INTERNET ACCESS ONLY. All solicitation documents will be posted to the PIEE Solicitation Module website at: https://piee.eb.mil/sol/xhtml/unauth/index.xhtml via Solicitation Number Search. W911KB22R0014.It shall be the contractors responsibility to check the website for any amendments. The offeror shall submit in the proposal all requested information specified in this solicitation. There will be no public opening of the proposals received as a result of this solicitation. A list of interested vendors (potential offerors and potential subcontractors) are available on PIEE Solicitation Module (registration required) at: https://piee.eb.mil/sol/xhtml/unauth/index.xhtml via Solicitation number Search . W911KB22R0014.Offerors must submit proposals electronically via the PIEE Solicitation Module website at: https://piee.eb.mil/sol/xhtml/unauth/index.xhtml. Search via Solicitation Number Search W911KB22R0014. OFFERORS MUST SUBMIT PROPOSALS TO BE RECEIVED NO LATER THAN 24 January 2022. QUESTIONS CONCERNING PROPOSAL RECEIPT CAN BE DIRECTED TO THE CONTRACT SPECIALIST / CONTRACTING OFFICER LISTED IN THE SOLICITATION. Firms submitting their qualifications should provide the SF 330 and must include the following additional information as indicated: a) Part I, block c (11): include if previously worked with subcontractor and estimated percentage involvement for each team member; b) Part I, block F (24): include separate values for professional fee and construction for each project identified; and c) Part I, block H (3): address how your team meets each selection criterion. Include an organization chart of the key personnel to be assigned to the project. The 07/2021 edition of the SF330 MUST be used, and may be obtained from the Government Printing Office at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.doformType=SF or from commercial software suppliers for use with personal computers and laser printers in both Adobe Acrobat PDF and Form Flow formats. Part I-H of the SF 330, describe the firms overall Design Quality Management Plan. A detailed contract-specific Design Quality Management Plan, which includes quality control and quality assurance plans, must be prepared for Government approval as a condition of contract award, but is not required with this submission. Part I of the SF 330 must be submitted. Part II of the SF330 must be either submitted with Part I or the Part II will be considered submitted if a current version (updated within the 36-month period prior to the date for receipt of submissions) of the Part II information has been uploaded to the SAM website. *Updated 2/7/2022*If you are having difficulties providing your proposal you may email your proposals to michelle.shoshone@usace.army.mil *Visit 'https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtmlsolNo=W911KB22R0014' to obtain more details.* The method of contractor selection has not been determined at this time. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 03 - Concrete, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents