FTQW261406 Replace Upper Dgst Compressors
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force, 354th Eielson Contracting Squadron, is seeking Architect-Engineer (A-E) services for the design of the replacement of upper digester compressors 1 & 2 at the Wastewater Treatment Plant (WWTP) at Eielson AFB, Alaska. This is a Presolicitation for a Total Small Business Set-Aside. Qualification packages, including SF-330 and Past Performance Questionnaires, are due by April 8, 2026, at 5:30 PM AKDT.
Scope of Work
The A-E services encompass the design phase for replacing inoperable upper digester compressors. This includes:
- Assessment of existing compressors, piping, and related appurtenances.
- Collection and review of project data and records.
- Evaluation of alternatives and development of design concepts.
- Production of comprehensive construction documents (drawings, schedules, specifications, cost estimates).
- Design must address extreme Arctic conditions, upgrade motor conductors, re-route piping, and integrate new blowers into the SCADA system.
- Provisions for abatement and disposal of hazardous materials are required, utilizing the provided "WWTP Hazardous Materials Assessment, Nov 2024" report.
Key Requirements
Offerors must demonstrate:
- Specialized Experience: DoD facility design/investigations and Wastewater Treatment Plant design, particularly in Alaska.
- Key Personnel: Mechanical Engineer, Electrical Engineer, Project/Program Manager (with remote/challenging environment experience), Industrial Hygienist, and Cost Estimator.
- Relevant Projects: Up to 10 example projects from the last seven years, relevant to the scope, size, and location.
Contract & Timeline
- Contract Type: Architect-Engineer Services (Presolicitation)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Design Schedule: 100% design delivery required within 125 calendar days from Notice to Proceed. Intermediate reviews at 65% and 95%.
- Response Due Date: April 8, 2026, 5:30 PM AKDT
- Published Date: March 25, 2026
Evaluation Criteria
Evaluation will follow The Brooks Act and FAR Subpart 36.6, using a Combined Technical/Risk Rating Method. Key factors include:
- Professional Qualifications
- Specialized Experience and Technical Competence
- Capacity to perform
- Past Performance (relevancy assessed)
- Geographic Proximity (advantageous for firms with Alaska presence or disciplines) Discussions will be held with the top three firms, and pricing will be requested from the highest-ranked firm.
Submission Instructions
Interested firms must submit a complete electronic qualification package including:
- Combined Instructions to Offers (Evaluation Factors Documents)
- Standard Form 330 (Architect-Engineer Qualification)
- Past Performance Questionnaire (PPQ) Submissions should be sent to 354CONS.PKA.Designs@us.af.mil and christopher.prince.3@us.af.mil. For files over 10MB, use https://safe.apps.mil. Pricing information is not to be submitted at this stage.
Additional Notes
The project involves potential hazardous materials (asbestos, lead, PCBs, mercury) identified in the WWTP Hazardous Materials Assessment. Bidders should review this document and the EPA SOP for PCB sampling. Government-furnished information includes the Hazardous Material Assessment, Eielson AFB Division 1 Specifications, and Digester As-Builts.