A/E Services Full and Open to Convert T-1 Combs Warehouse to T-38 Simulator Temporary Space F174; Enhanced Charrette Report; Repair Operations Group F672
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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 (Updated)
- Updated Published Date: Jul 12, 2024 12:51 pm CDT
- Original Published Date: Jun 20, 2024 11:09 am CDT
- Updated Date Offers Due: Jul 19, 2024 11:00 am CDT
- Original Date Offers Due: Jul 19, 2024 11:00 am CDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Aug 03, 2024
- Original Inactive Date: Aug 03, 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: Enid , OK 73705USA
Description
ADDENDUM 1- EXTENSION OF PROPOSAL DATE-(we are experiencing difficulties with Sam site)
NEW DATE:
July 24, 2024 11:00 am (CST)
SYNOPSIS FOR FIRM-FIXED-PRICE CONTRACT – ARCHITECT-ENGINEERING (A-E) SERVICES (full
and open) to support the development of the design and creation of construction documents for the
renovation of an existing simulator facility, F672, to support the bed down of a new airframe at VAFB.
Concurrently, prepare a conceptual charrette report of nearby facility, F174, which evaluates using F174
as simulator swing space. Pending the availability of funds and validated need of the requirement, the
VAFB may ask the A-E to complete the design and construction documents for F174, as F174 is a
companion project to the execution of F672’s renovation. This synopsis includes the creation of full
contract documents for F672 and the completion of a separate CCR for F174. Project names as follows:
- XTLF 001018R2 REPAIR OPERATIONS GROUP, F672
- XTLF 28-1017CR CONVERT T-1 COMBS WAREHOUSE TO T-38 SIMULATOR TEMPORARY
SPACE, F174 (CONCEPTUAL CHARRETTE REPORT) - XTLF 28-1017 CONVERT T-1 COMBS WAREHOUSE TO SIMULATOR SPACE, F174
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
AFFS is procuring this requirement in accordance with the Brooks Act as implemented in FAR 36.6. AFFS
and the Government will select firms 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.
The subject projects require A-E services for site investigation, engineering studies, concept design, and
cost estimating for the subject projects. 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 firxed contract. Indicated below is the Period of Performance for completing each project.
- XTLF 001018R2 REPAIR OPERATIONS GROUP, F672 (12 months after NTP)
- XTLF 28-1017CR CONVERT T-1 COMBS WAREHOUSE TO T-38 SIMULATOR TEMPORARY
SPACE, F174 (4 months after NTP) - XTLF 28-1017 CONVERT T-1 COMBS WAREHOUSE TO SIMULATOR SPACE, F174 (9 months after NTP-Award subject to availability of funds)
All interested firms are required to submit a single SF330 for this full and open notice. AFFS will only
consider A-E Teams for award who respond to this solicitation and are found to be qualified.
2. PROJECT INFORMATION
The F672 and the F174 Conceptual Charrette Report, (CCR), projects will start concurrently. The start
date for the F174 construction document project is dependent on funding becoming available. AFFS
Project Manager and the A-E team will establish a delivery schedule for all interim and final submissions
for all projects which will result in the completion of all projects within the period of performance. Following
is a synopsis of each project; AFFS will provide the most highly qualified firm with the full Statement of
Work for their use in preparation of their fee proposal.
XTLF 001018R2 REPAIR OPERATIONS GROUP, F672
Complete design and development of construction contract documents for the repair of F672. The A-E will
utilize the previously completed CCR as the basis of design. The A-E will work with VAFB and
Government personnel to both review and confirm design requirements stated in the CCR during an initial
project charrette. It is a requirement of the design charrette that the A-E team not only verify the current
scope requirements but also integrate requirements for installing new flight simulator units and required
support spaces within the existing facility footprint to support the T-7A beddown. The A-E will utilize the
modified CCR to develop construction documents, that upon completion of the repair project, provide
VAFB with a complete and useable facility.
The existing F672 facility houses the 71st Operations Group (OG). The primary purpose of the facility is to
conduct simulator-based training as a component of the Air Force pilot training program. The renovation
will repair and modernize the essential facility systems, exterior enclosure, roofing, interior construction
and finishes, plumbing, mechanical, fire protection and electrical.
Realign administrative spaces and simulator spaces to match new mission requirements, comply with Air
Force standards, and comply with building codes. VAFB anticipates that relocating the existing T-38
simulators into another facility on Vance AFB, F174, will simplify the construction of the F672 renovation
project. This will allow for simulator consolidation and space optimization within F672 and the installation
of new flight simulators as part of the T-7A beddown within the existing F672 footprint. VAFB, the
Government, and the A-E team may identify additional simulator relocations within F672 during the
design charrette.
An on-site, temporary, modular facility for use by the facility occupants during construction will require
notional design.
This project requires the A-E to provide sequencing strategies which, when executed by the construction
contractor minimize mission interruptions to the greatest extent possible. It will be a requirement of the
construction project that the contractor protect and make available for continuous service, all simulators
remaining in the facility during renovation activities.
All formal project submissions during the duration of this project require updated estimates of probable
construction costs.
This project requires the A-E team to conduct a thorough site investigation of existing site conditions to
document the existing conditions.
XTLF 28-1017CR CONVERT T-1 COMBS WAREHOUSE TO T-38 SIMULATOR TEMPORARY SPACE,
F174 (CONCEPTUAL CHARRETTE REPORT (CCR))
Develop a CCR which defines the scope necessary for the relocation of existing simulators from F672 to
F174 and where the project’s outcome will safeguard the health, safety, and welfare of all building
occupants, including any facility visitors. The 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
based on the evaluation of opportunities and constraints associated with the CCR solution, an estimate of
probable construction cost, and an estimated construction timeline.
F174 is currently the T-1 Combs Warehouse facility. Constructed in 1996, this 17,367 gross square foot
facility has a building condition index (BCI) of 83. The CCR will address renovating the facility to provide
for the relocation of T-38 simulators and associated support spaces 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, and other general renovations
as required for building support spaces and toilet rooms. Required spaces may also include offices and
briefing/debriefing rooms. Additionally, the renovation solution must include building systems rated as
Amber or Red in the BUILDER system which will impact the ability of the facility to support the new
requirements.
To create the CCR, the A-E is to perform a detailed visual survey of the existing facility 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. 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,
joints, sealants, and roofing. - 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.
- Evaluating and providing recommendations for lighting solutions for use in areas affected by
the proposed renovation.
The A-E will evaluate the existing space utilization against the current Customer Authorization Worksheet
for the proposed building occupants and compare both data sets to the space requirements identified in
DAFMAN 32-1084. The A-E will utilize this comparison to inform floor plan solutions that are part of the
CCR document.
The CCR will require sustainability design and identification of strategies for 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
as applicable.
The CCR will include estimates of probable construction cost and must be prepared using the Corps of
Engineers Micro Computer Aided Cost Estimating System (MCACE) – Second Generation (MII).
XTLF 28-1017 CONVERT T-1 COMBS WAREHOUSE TO SIMULATOR SPACE, F174
A-E will utilize the completed F174 CCR document as the basis of design for the design and development
of construction contract documents for the conversion of F714 from a warehouse to a simulator facility.
The A-E's work will result in construction documents which will enable the conversion of the facility to one
that is complete and useable as a simulator facility upon completion of the project.
It is anticipated that F174 will be renovated prior to the F672. The design and development of
construction contract documents may be required to be executed concurrently with the design of F672,
upon availability of funds, to ensure contract documents are completed and contracted with sufficient time
to allow for streamlined construction execution of F672.
Vance AFB is responsible for a separate contract for the execution of the F672 simulators into F174.
All formal project submissions during the duration of this project require updated estimates of probable
construction costs.
3. RESPONSE TO SOLICITATION SUBMISSION REQUIREMENTS:
AFFS and the Government will select A-E Teams 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.
Please refer to the Synopsis attached for the selection criteria request.
4. SOLICITATION SUBMISSION REQUIREMENTS
Limit the SF330, parts A thru G to 30 numbered pages (8.5”x11”) of easily readable text (size 11 font),
graphics and pictures. There is not a page limit for Part H.
5. 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.
The committee will evaluate submissions based on stated services in the SF330.
- 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. - 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.
- 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. - 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 most highly qualified team the Statement of Work in order to
begin negotiating a fee for the projects.
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.
Please see all attached forms:
Please submit all qualifications to the following email address:
shari.lamunyon.ctr@us.af.mil
Q&A form attached for all or any RFI's, please use the form provided.
Qualifications are due by July 19, 2024 11:00 am CST. Anything after this will NOT be accepted.
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
- Shari Lamunyon
- shari.lamunyon.ctr@us.af.mil
- Phone Number 5802137176
- Fax Number 5802136047
Secondary Point of Contact
- Betty S. Kliewer
- betty.kliewer.ctr@us.af.mil
- Phone Number 5802137582
- Fax Number 5802136047
History
- Aug 08, 2024 10:55 pm CDTCombined Synopsis/Solicitation (Updated)
- Jul 12, 2024 12:51 pm CDTCombined Synopsis/Solicitation (Updated)
- Jul 12, 2024 11:52 am CDTCombined Synopsis/Solicitation (Updated)
- Jun 20, 2024 02:12 pm CDTCombined Synopsis/Solicitation (Updated)
- Jun 20, 2024 11:39 am CDTCombined Synopsis/Solicitation (Updated)
- Jun 20, 2024 11:09 am CDTCombined Synopsis/Solicitation (Original)