Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 5,1995 PSA#1360

81 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