|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 5,1995 PSA#136081 CONS/LGCC, 200 Fifth Street, Room 104, Keesler AFB MS 39534-2102
Attn:/THADDEUS WILLOUGHBY C -- ARCHITECT/ENGINEERING SERVICES, INDEFINITE QUANTITY (OPEN-END)
POC THADDEUS WILLOUGHBY tel: 601/377-1825/ROBERT WINLAND, CONTRACTING
OFFICER, 601-377-3642 CNT F22600-95-R0100 The purpose of this contract
is to select the services of an Engineering (A-E) firm on an
Indefinite Quantity (open-end) basis. It is anticipated that Title I,
Services A and B, at the option of the Government, will be required by
this contract. The type of work to be performed under this contract is
classified as the design of modification of existing medium voltage
exterior electrical distribution systems and the upgrade to higher
operating voltage. Specific and detailed knowledge of both overhead and
underground outdoor electrical facilities and the accepted standards
such as ANSI/IEEE, ASME, NEMA, UL, etc., which governs these systems is
essential. A thorough knowledge of the procedures of testing such
systems will also be required. The ability to update existing drawings
and to produce clear and accurate computer generated new drawings will
be required. Asbestos and lead paint may be encountered in the conduct
of this work. Expertise in these areas will also be required. All
design work as a result of this contract will be required to be
compatible with the base drafting standards. These standards are
''Microsoft Word for Windows'', version 2.0 or later for word
processing and ''AutoCADD'' version 12 for all drawings (DWG type
files). The duration of the contract shall be for one (1) year from the
date of an initial contract award with a one (1) year option at the
discretion of the Government. A minimum fee of $5,000.00 for the basic
period and $5,000.00 for the option period will be guaranteed. The
maximum fee under the contract may not exceed $500,000.00 for the basic
period and $500,000.00 for the option period. No single delivery order
will exceed a fee of $299,000.00, except the initial delivery order
for the basic period and the initial delivery order for the option
period. Firms responding to this announcement must have on file or
submit a current Standard Form (SF) 254 for their firm and any
consultants to be utilized. They must also submit a SF Form 255 for
this work. Firms failing to submit any of the required data will not be
given consideration. In addition, firms shall be required to submit a
reference list of not less than two, but no more than four projects
involving the design of electrical distribution systems with similar
characteristics. These references may be contacted by the Government
and used for evaluation purposes. Each project listed should include
the following information: (1) Name of owner, location and other
identifying information; (2) Name of person that may be contacted as a
reference; (3) Complete scope of work including costs; (4) Resume of
Project Engineer and Design Engineer for each project; (5) Narrative of
the respondent firm's involvement in the project. Firms recommended by
the Preselection Board may be asked to submit examples of their work
on projects of a similar nature to those which will likely be awarded
under this contract. They may also be invited to make a presentation to
the Final Selection Board. All respondent firms will be evaluated in
accordance with Air Force Instruction (AFI) 32-1023 using the criteria
listed below in order of priority: (a) Broad experience with both
overhead and underground medium voltage (23kV and lower) electrical
distribution systems; (b) Specialized experince in the design of
modifications of both overhead and underground electrical distribution
facilities involving the conversion of systems to higher operating
voltage; (c) Past performance on similar projects in terms of quality
of work, cost control and compliance with performance schedules; (d)
Professional qualifications and experience necessary for satisfactory
performance of required engineering services; (e) Capacity of the firm
to accomplish the work in the required time; (f) Location of the firm
within the geographical area of the base and knowledge of the locality
of the base; (g) Volume of work previously awarded to firms by DOD with
the objective of effecting equitable distribution of engineering
contracts among qualified firms, including small firms, small
disadvantaged firms and firms that have not had prior DOD contracts
during the previous 12 months. Firms responding to this announcement
within 30 calendar days of publication will be considered for
selection. Facsimile responses will not be accepted. Should the due
date fall on a weekend or holiday, the SFs will be due the first
working day thereafter. This is not a request for proposal. (0152) Loren Data Corp. http://www.ld.com (SYN# 0033 19950602\C-0013.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|