A/E Services Full and Open to Support the Development of CCR's for Renovation of Two Facilities as alternate approaches to Support the bed down of new Airframe at VAFB

Agency: DEPT OF DEFENSE
State: Oklahoma
Type of Government: Federal
FSC Category:
  • C - Architect and Engineering Services - Construction
NAICS Category:
  • 236220 - Commercial and Institutional Building Construction
  • 541611 - Administrative Management and General Management Consulting Services
  • 561210 - Facilities Support Services
Posted Date: Apr 8, 2024
Due Date: May 8, 2024
Solicitation No: XTLF281017-XTLF28-1018
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
A/E Services Full and Open to Support the Development of CCR's for Renovation of Two Facilities as alternate approaches to Support the bed down of new Airframe at VAFB
Active
Contract Opportunity
Notice ID
XTLF281017-XTLF28-1018
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
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Apr 08, 2024 03:53 pm CDT
  • Original Date Offers Due: May 08, 2024 11:00 am CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 23, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C219 - ARCHITECT AND ENGINEERING- GENERAL: OTHER
  • NAICS Code:
    • 5413 - Architectural, Engineering, and Related Services
  • Place of Performance:
    OK 73705
    USA
Description

SYNOPSIS FOR FIRM-FIXED-PRICE CONTRACT: ARCHITECT-ENGINEERING (A-E) SERVICES (full and open) to support the development of Conceptual Charrette Reports (CCR) for renovation of two facilities as alternate approaches to support the bed down of a new airframe at VAFB. This synopsis includes the creation of separate CCRs for the following projects:



• XTLF 28-1017 CONVERT T-1 COMBS WAREHOUSE TO T-38 SIMULATOR TEMPORARY SPACE, F174

• XTLF 28-1018 RENOVATE HANGAR FOR T-7A UNIT MAINTENANCE TRAINING, F199



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.



1. 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, and cost estimating 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 Period of Performance for completing both CCR's concurrently will be 4 months in length.

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



2. PROJECT INFORMATION

This project is to develop conceptual charette reports to renovate two facilities as alternate approaches to support the bed down of a new airframe at VAFB. The projects will be required to be executed concurrently. AFFS Project Manager and the A-E team will establish a delivery schedule for all interim and final submissions which will result in the project CCRs being completed within the period of performance.

Develop CCRs where the outcomes will safeguard the health, safety, and welfare of all building occupants, including any facility visitors. Each CCR will contain the following, a description of the work in both narrative form and in drawings, an analysis of existing conditions, a sensitivity/risk assessment through evaluating opportunities and constraints associated with the CCR solution, an estimate of probable construction cost, and a construction timeline.



F174 is currently the T-1 Combs Warehouse facility. This 17,367 gross square foot facility was constructed in 1996 and has a building condition index (BCI) of 83. The CCR will address renovating the facility to provide for the relocation of T-38 simulators from F672 to F174 within the existing facility footprint. The renovations will include creating multiple, fully enclosed rooms for each type of simulator, new cooling systems for the simulator rooms and the surrounding room area, upgrades to the facility's electrical system to support the load generated by the simulators, other general renovations as required for support spaces, toilet rooms, and de-briefing / conference rooms. Additionally, building systems which are rated as Amber or Red which will impact the ability of the facility to support the new requirements must be included in the renovation solution.

F199 is the maintenance hangar for the T-1 airframe. This 49,063 gross square foot facility was constructed in 2004 and has a building condition index (BCI) of 78. The CCR will address renovating the facility to include spaces which support the maintainer training requirements for the new airframe. This will be largely accomplished by renovating the non-hangar portion of the facility and may include a small addition to the building. The existing spaces for maintenance support will need to be evaluated for conformance with DAFMAN 32-1084 requirements and operational processes. These spaces will be included in the renovation work where necessary to satisfy all program requirements. Additionally, buildings systems which are rated as Amber or Red which will impact the ability of the facility to support the new requirements must be included in the renovation solution.



To create each CCR, the A-E is to perform a detailed visual survey of each of the existing facilities cited above using all applicable UFCs and Air Force guidance and provide detailed documentation of observed deficiencies which will impact the ability of the facility to support the new requirements.

Observations and recommendations include:



• Analyzing and providing recommendations for ABA compliant pathways between adjacent parking areas and all building entrances.

• Evaluation of the entire facility for compliance with current ABA criteria and recommendations must be provided for addressing all observed deficiencies. Evaluate elements such as required clearances, reach ranges, mounting heights for accessible components, audio and visual alarms, and signage.

• Evaluation of the building's exterior conditions and identifying strategies for repairing or replacing degraded systems. This includes all exterior walls, doors, glazed openings, louvers,



• Analyzing the existing HVAC systems. Any new HVAC system selection will be based on a Life Cycle Cost Analysis (LCCA) selection. In addition, multiple LCCAs and the overall building energy modeling will be the basis for selection of all elements of the energy footprint of the building (i.e., HVAC, hot water heater, lighting, envelope insulation, roof insulation, window insulation, etc.) in accordance with UFC 1-200-02, High Performance Sustainable Buildings

(HPSB).

• Identifying the impact of full compliance with Executive Order 14057, Electrification of Federal Facilities for all building systems which are significantly modified or replaced. Costs and impact to existing building infrastructure and space to be documented for each applicable system.

• Evaluating hot water systems and plumbing fixtures, and providing relevant recommendations in each CCR.

• Evaluating and providing recommendations for lighting solutions for use in areas affected by the proposed renovation.



All firms will be required to submit SF330 for this Combined /Synopsis. Only A&E teams responding to this solicitation and found to be qualified will be considered for the award fo the design project.



Please refer to the Synopsis attached for the following 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 is not limited in length.



ASRC will be awarding on the Government's behalf. Additional forms will need to be completed before award is made.



Please see all attached forms.


Attachments/Links
Contact Information
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
  • Apr 08, 2024 03:53 pm CDTCombined Synopsis/Solicitation (Original)

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Procurement #152073 Title REQUEST FOR BIDS - EMS BUILDING PROJECT Status Active OpenDate

Cherokee Nation

Bid Due: 5/25/2024

Open T&M Plumbing Services Time and Material pricing for plumbing services on an

Oklahoma State University

Bid Due: 5/14/2024

Bid Number Bid Title Bid Type Organization Bid Issue Date Bid Close Date

City of Stillwater

Bid Due: 5/15/2024