FTQW 23-5100 Repair Hangar Doors (Building 1340 & 1362)
ID: 23-5100Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5004 354 CONS PKEIELSON AFB, AK, 99702-2200, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the 354th Eielson Contracting Squadron, is seeking qualified architect-engineer firms to provide design services for the repair of hangar doors at Buildings 1340 and 1362 at Eielson Air Force Base in Alaska. The project involves assessing the inoperable hangar door in Building 1340, conducting hazardous material surveys, and developing comprehensive design documents for the replacement of the hangar doors, with a focus on addressing high maintenance costs associated with existing vertical fabric doors in Building 1362. This procurement is critical for ensuring the operational safety and efficiency of the Air Force's facilities, with a contract timeline requiring the delivery of 100% designed documents within 203 calendar days. Interested firms must submit their qualifications, including the SF-330 form and a Past Performance Questionnaire, by February 19, 2025, and can contact Kimberly Graham at kimberly.graham.3@us.af.mil or Tara Richmond at tara.richmond@us.af.mil for further information.

    Files
    Title
    Posted
    The Statement of Work (SOW) delineates requirements for the investigation and design of repairs to hangar doors at Buildings 1340 and 1362 at Eielson Air Force Base (AFB), Alaska. The Architect-Engineer (A-E) is tasked with assessing the inoperable hangar door in Building 1340, conducting a cost-benefit analysis, and proposing effective door replacements. In Building 1362, the A-E must address high maintenance issues of existing vertical fabric doors. Key project components include site investigations, hazardous material assessments, and developing both preliminary and complete design documents for proposed solutions. The scope includes remediation planning for identified hazardous materials, especially lead-based paint found in Building 1340. The project is structured into four main tasks, each culminating in design milestone submissions (35%, 65%, 95%, and 100%) along with corresponding review conferences, ensuring iterative feedback and compliance with government standards. Deliverables consist of detailed design specifications, cost estimates, and environmentally compliant practices. The schedule outlines key timelines for each deliverable and review. This SOW reflects the Air Force’s commitment to enhancing facility operations and safety following applicable regulations and standards while managing project complexities efficiently.
    The attached reports from SUNEX, Inc. outline the results of lead-based paint surveys conducted at Building 1340, Eielson Air Force Base, Alaska, across multiple dates in 2002 and 2003. The primary purpose of these surveys was to assess the presence of lead-based paint to support renovation and maintenance efforts in the building. Utilizing a NITON 703A XRF Spectrum Analyzer, tests confirmed that no lead-based paint was detected in both interior and exterior components, with the exception of one identified fire hose connection on the E-NE side of the building that showed positive lead paint results. Key findings emphasize the absence of hazardous lead levels in tested areas, which is crucial for ensuring compliance with safety regulations and mitigating health risks. The documentation serves as a critical reference for ongoing and future maintenance activities, laying the groundwork for safety assurance in structural rehabilitation and management at the site.
    C4 Doors conducted a field survey of two failing canopy tip-up hangar doors at Building 1340, Eielson AFB, Alaska, upon request from the Heritage-M2C1 Joint Venture. The survey, initiated after persistent operational failures post-2019 renovation, identified multiple deficiencies including misalignment of door cables, incorrect door section centering, and improper installation of hardware such as cable picking pins and sheave axle locks. The findings indicated the doors were not operationally safe. The report outlines two recommendations for remediation: Option 1 entails a comprehensive overhaul to modernize the doors with a single drive counterweight system and associated upgrades. Option 2 proposes converting the hangar doors to a self-supporting bottom-rolling style, which would enhance durability and compliance with current standards. This option is also cost-effective and allows for quicker operation. The survey underscores the need for timely updates and maintenance to ensure functionality and safety of airport facilities.
    The memorandum from the Department of the Air Force outlines a Request for Qualifications (RFQ) for Architect-Engineering (A-E) Services at Eielson Air Force Base, Alaska. The project aims to repair hangar doors B1340 and B1362, with the intent to award a Firm Fixed Price task order to the most qualified A-E firm. The selection process will consider professional qualifications, specialized experience, and local knowledge among other factors. Interested contractors must submit a two-page RFQ response along with an optional SF-330 supplement by February 19, 2025. The evaluation criteria focus on the team's composition regarding licenses in various engineering disciplines, past project performance, and demonstrated capacity to handle the workload within a designated timeline. Geographic proximity to the project site is also considered crucial. The government will engage the top three qualified firms in discussions prior to making a final selection. Timely submission of responses is emphasized, with late entries disqualified from consideration. This RFQ serves as part of the government's effort to assess capabilities for essential construction services, ensuring adherence to regulations and quality standards necessary for the project.
    The Past Performance Questionnaire - FTQW 23-5100 serves as a tool for assessing contractor performance within federal grants and RFPs. It is structured into five sections: Contract Identification, Customer or Agency Identification, Respondent Identification, Performance Information, and General Comment. Each section collects standardized data, including contractor details, contract type, performance ratings, and feedback from government agencies. Performance is evaluated across technical, program management, and cost performance categories, utilizing a rating scale from "Exceptional" to "Unsatisfactory." The form emphasizes the importance of detailed, constructive feedback regarding the contractor’s fulfillment of contract requirements, quality of work, compliance, and cost management. Additionally, it prompts evaluators to comment on the overall decision to award future contracts based on prior performance. The document is crucial for ensuring accountability and transparency in federal contracting, guiding future procurement decisions based on past contractor behavior. This systematic evaluation plays a key role in enhancing government efficiency and contractor reliability.
    The document is an instructional guide for completing Standard Form 330, which federal agencies use to assess the professional qualifications of architect-engineer (A-E) firms for contract selection. It outlines the legal framework based on the Selection of Architects and Engineers statute and the Federal Acquisition Regulation (FAR), emphasizing the need for public announcements, evaluation criteria, and negotiation processes. The form consists of two main parts: Part I collects contract-specific qualifications, including team composition, project information, and personnel resumes. It requires detailed information on proposed contracts, team roles, organizational structures, and relevant project experiences. Part II provides a general qualification section where firms can submit their broader credentials, including experience profiles, average revenue, and employee data. The document underscores the importance of concise, targeted responses to agency requests and the need for up-to-date qualifications to support competitive selection for A-E contracts. This structured approach helps agencies efficiently identify and engage qualified firms, thereby enhancing the quality of services delivered within federal projects.
    Lifecycle
    Title
    Type
    Similar Opportunities
    SAOC 2-Bay Maintenance Hangar
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Omaha District, is seeking responses from qualified firms for the design and construction of a new 2-bay maintenance hangar at Offutt Air Force Base in Nebraska. The project involves progressing an existing 35% design to a fully realized construction plan for a 314,600 square foot facility capable of accommodating maintenance activities for two Boeing 747-8i aircraft, along with potential options for additional facilities, including a fuel cell and corrosion control hangar. This procurement is critical for supporting the Air Force’s Survivable Airborne Operations Center and includes comprehensive construction requirements such as concrete foundations, steel structures, and advanced cybersecurity measures. Interested parties must submit their qualifications and relevant experience by 2 PM Central Time on February 18, 2025, to the primary contacts, Trisha Connors and Jessica R. Jackson, via the provided email addresses.
    JBR050 AKARNG Aircraft Maintenance Hangar
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for the construction of a 52,047 square foot Aircraft Maintenance Hangar and Aviation Operations Facility at Fort Richardson, Alaska, for the Alaska Army National Guard (AKARNG). This project aims to provide essential multipurpose space for the maintenance, repair, and major overhaul of military aircraft, including areas for maintenance bays, technical supply, production control, and quality control. The estimated cost for this project ranges between $65 million and $75 million, with a performance period of approximately 1,095 calendar days, anticipated to commence with a notice to proceed on July 1, 2025. Interested contractors must register in the System for Award Management (SAM) and submit proposals electronically via the PIEE Solicitation Module, with the solicitation expected to be available on or about March 27, 2025. For further inquiries, contact Michelle Nelsen at michelle.nelsen@usace.army.mil or Theresa Afrank at theresa.m.afrank@usace.army.mil.
    A&E Services Add_Repair Fire Station F140 at Vance AFB, Oklahoma
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified architect-engineering firms to provide services for the renovation of the Combination Fire Station F140 at Vance Air Force Base in Oklahoma. The project entails comprehensive renovations, including site improvements, structural modifications, and updates to HVAC, plumbing, and electrical systems, all while ensuring compliance with sustainability guidelines set forth by the Department of Defense. This initiative is crucial for modernizing military infrastructure to meet current operational standards and safety requirements. Interested firms must submit their qualifications via the SF330 form by February 6, 2025, with the anticipated contract award scheduled for March 2025 and design completion expected by March 2026. For further inquiries, contact Shari Lamunyon at shari.lamunyon.ctr@us.af.mil or by phone at 580-213-7176.
    EIE488 DESIGN-BUILD - REPLACE GENERATORS, CHPP, EIELSON AIR FORCE BASE, ALASKA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Alaska District, is conducting a sources sought announcement for the design-build project to replace generators at the Eielson Heat and Power Plant, located at Eielson Air Force Base in Alaska. The project entails the removal of four existing 1.5 MW standby generators and the installation of new generators that output 7.2 kW, along with necessary electrical equipment and inspections of existing fuel storage tanks. This procurement is crucial for ensuring reliable power supply and operational efficiency at the facility, with an estimated project value between $10 million and $25 million. Interested firms must submit a capabilities package by February 14, 2025, to MAJ David Terhune at the provided email address or mailing address, demonstrating their qualifications and relevant experience in similar projects.
    Sources Sought | 100% Design Repair of Building 501 Mission Planning Cell
    Buyer not available
    The Department of Defense, through the 436th Contracting Squadron at Dover Air Force Base, is seeking qualified architecture and engineering firms for a contract focused on the 100% design repair of Building 501, which serves as a Mission Planning Cell. The project entails creating comprehensive architectural plans, updating HVAC systems with humidity controls, enhancing communication and electrical systems, and designing controlled access areas. This initiative is critical for ensuring operational readiness and safety at the facility, with an estimated contract value ranging from $500,000 to $1,000,000. Interested firms must submit a capability statement detailing their qualifications by 2 p.m. (EST) on February 11, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract consideration. For further inquiries, contact Princess Rivera at princess.rivera.1@us.af.mil or TSgt TeAnte Cain at teante.cain@us.af.mil.
    C1DA--AE-NRM-463-25-101 Generator Physical Security Upgrades
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide design services for the Generator Physical Security Upgrades project at the Alaska VA Healthcare System Outpatient Clinic in Anchorage, AK. The project involves enhancing security measures by relocating a fuel storage tank, constructing a protective blast barrier, and modifying the generator's exterior radiator to prevent snow accumulation. This initiative underscores the importance of security and functional design in healthcare facilities, with a total project budget estimated between $695,000 and $1 million, and a completion timeline of 164 days from the notice to proceed. Interested firms, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their qualifications using the SF 330 form by February 12, 2025, and direct any inquiries to Contract Specialist Melita Bernardo at melita.bernardo@va.gov.
    JFSD230068 REPAIR HVAC SYSTEM HYDRANT FUELING B658
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified architect-engineer firms to repair the HVAC system at the Hydrant Fueling Facility B658 located at Grand Forks Air Force Base in North Dakota. The project involves conducting field reconnaissance, site investigations, and developing contract documents to address inadequate heating and hot water supply issues, ensuring compliance with Department of Defense and Air Force standards. This initiative is critical for maintaining operational efficiency and safety at the fueling facility, which is essential for jet fuel operations. Interested firms must submit their qualifications using the SF 330 form by February 12, 2025, with a total project budget of $847,000 and anticipated contract award in April/May 2025. For inquiries, contact Trenton Cott at trenton.cott@us.af.mil or Monique Padilla at monique.padilla.3@us.af.mil.
    Hangar Doors Maintenance & Repair
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking qualified contractors for maintenance and repair services of hangar doors at Hunter Army Airfield and Fort Stewart in Georgia. The contract, structured as a non-personal services arrangement, requires the contractor to provide all necessary personnel, supplies, and equipment to ensure compliance with federal, state, and local regulations, while maintaining operational access for personnel and aircraft. This opportunity is critical for sustaining the functionality of military infrastructure, emphasizing the importance of safety and adherence to manufacturers' specifications. Interested parties should contact Lacey Turner at lacey.m.turner2.civ@army.mil or Sheung Li at sheung.c.li.civ@army.mil for further details, as this procurement is set aside for small businesses under the SBA guidelines.
    Construction of a KC-46 Two-Bay Hangar at March Air Reserve Base (ARB), CA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a KC-46A Two-Bay Maintenance Hangar at March Air Reserve Base in California. This project, categorized under NAICS code 236220, involves a Design-Bid-Build approach and includes the construction of a hangar approximately 156,585 square feet in size, along with associated infrastructure improvements such as mooring points and site re-striping. The initiative is crucial for enhancing military readiness and operational capabilities, ensuring compliance with federal safety and environmental regulations throughout the construction process. Proposals are due by March 18, 2025, and interested contractors should direct inquiries to Lindsay Lawrence at lindsay.b.lawrence@usace.army.mil or Renee Booth at meranda.r.booth@usace.army.mil, with an estimated project cost ranging from $100 million to $250 million.
    B-21 East Alert Apron
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the construction of the B-21 East Alert Apron project at Ellsworth Air Force Base (EAFB). This design-bid-build construction project involves the installation of four pre-engineered metal Environmental Protection Shelters (EPS), each approximately 20,000 square feet, designed to accommodate B-2A "Spirit" aircraft and facilitate general aircraft maintenance, along with associated airfield and ground support equipment paving. The project is critical for enhancing operational capabilities and must adhere to stringent DoD Unified Facilities Criteria, including sustainable construction practices and antiterrorism requirements. Interested contractors can reach out to Gloria Garside at gloria.garside@usace.army.mil or Amanda Eaton at amanda.e.eaton@usace.army.mil for further details, with the project details and amendments available for review as of January 28, 2025.