|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 27,1995 PSA#1271US ARMY CORPS OF ENGINEERS, NEW YORK DISTRICT 26 Federal Plaza, New
York, New York, 10278-0090, Attn: CENAN-CT Y -- FY96 PN#961014 ECIP REPAIR HOT WATER MAINS AT MCGUIRE AFB
WRIGHTSTOWN, NJ SOL CBAEEN-5346-0010 POC W. Cunningham, 212-264-9123.
Location: McGuire AFB, NJ. Scope of Services Required: The completion
and development of field investigations, surveys, detailed construction
cost estimates, design analyses, plans and specifications, and
construction services. The scope of work for the proposed project
involves the preparation of plans, specifications and cost estimates
for the replacement of existing High Temperature Hot Water (HTWH) lines
with a shallow trench arrangement. Principal features of the work
include, but not limited to the production of project documents to
replace HTHW lines that range from 1 1/2'' to 8'' in diameter. Both
supply and return lines as well as air controlled lines shall include
all the requirements of and be manufactured by a supplier that is a
pre-approved for furnishing certified Class A systems as approved by
Tri-State Committee. Reconstruction/repair of 26 manholes along with
cathodic protection is required. Performance of environmental
investigation/testing of insulated pipe casing will be performed by the
selected A-E if required. Estimated Construction Cost Range: $1,000,000
to 5,000,000. Technical capability required but not limited to:
Mechanical, Electrical, Environmental, Structural, Civil, Cost
Estimating, Certified Asbestos Inspector. Responding firms should
indicate their ability to produce all required work in digitized
drawings in Autocad, their capability to access an electronic bulletin
board and Automated Review Management System (ARMS) via modem, and
capability of preparing construction estimates in M-CACES (Corps of
Engineers Cost Estimating Software). Special qualifications: The
selected firm should have specialized experience in the design and
rehabilitation of Underground High Temperature Hot Water Distribution
System (UDHS) for Class A applicants. Demonstrated experience in
Cathodic protection systems and Asbestos investigations, testing and
abatement plans/procedures will be considered. Familiarity with DOD
requirements, State of New Jersey and local regulations is preferred.
Familiarity with NJDEPE and Pineland Commission requirements along with
experience in the production of soil erosion control plans are
desirable. Maximum in house capability is preferred since this will be
a fast track project. Firms not having full in house capability must
demonstrate how they will manage consultants through a management plan
to insure quality control and ability to coordinate all design
disciplines. The selected firm should be familiar with U.S. Army Corps
of Engineers and U.S. Air Force design guidance and current
environmental laws and regulations. Evaluation factors (in descending
order of importance): 1) Professional qualifications necessary for
satisfactory performance of required services; 2) Specialized
experience of the firm in the type of work required; 3) Capability of
the firm to accomplish the work in the required time, reflecting
qualifications of key personnel; 4) Past performance if any, on
contracts with governmental agencies and private industry in terms of
cost control, quality of work, and compliance with performance
schedules; 5) Geographic location and knowledge of the locality of the
project, provided that application of this criterion leaves an
appropriate number of qualified firms, given the nature and the size of
the project; and 6) The volume of work previously awarded to the firm
by the Department of Defense, with the object of effecting an equitable
distribution among qualified A/E firms, including small and small
disadvantaged business firms, and firms that have not had prior
Department of Defense contracts. Estimating Design date: April 1995.
Estimated Design Completion date: August 1995. Small and disadvantaged
firms are encouraged to participate as prime contractors or as members
of joint ventures with other small businesses, and all interested
contractors are reminded that the sucessful contractor will be expected
to place subcontractors to the maximum practicable extent with small
and disadvantaged firms in accordance with Public Law 95-507. A/E firms
which meet requirements described in this announcement and desiring to
be considered for selection are invited to submit a SF255, A/E and
related services questionaire for specific projects to US Army Corps of
Engineers, 26 Federal Plaza, NY, NY 10278-0090, ATTN: Ms. W. Cunningham
(Rm 2143). Ms. Cunningham can also be reached at 212-264-9123.
Interested A/E firms having the capabilities to perform this work must
submit their SF255 (and SF254 for the prime and all consultants) to
the above address not later than the close of business on the 30th day
after the date of this announcement. If the 30th day is on a Saturday,
Sunday, or Federal holiday, the deadline is the close of business of
the next business day. Solicitation packages are not provided for A/E
contracts. This is not a request for proposal. Firms not having a
current SF254 already on the file with this office, and responding to
this announcement should submit a copy of the SF254 along with the
SF255. Personal visits for the purpose of discussing the project are
discouraged. Firms will indicate on block 10, page 11 of their SF255's
the total number of Department of Defense A/E Awards (basic and
delivery orders) and the total value of those awards within the last 12
months prior to the date of this announcement. Firms that do not comply
with this requirement will be considered non-responsive. Firms should
indicate wheather their firm is listed in the ACASS System in Oregon;
if yes, please indicate your ACASS Number in item 1 of SF255. If not,
submit two (2) copies of SF254 on initial response to our CBD. (0025) Loren Data Corp. http://www.ld.com (SYN# 0144 19950126\Y-0001.SOL)
Y - Construction of Structures and Facilities Index Page
|
|