|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 29,1995 PSA#1442DA, Tulsa District, Corps of Engineers, POB 61, Tulsa, OK 74121-0061 C -- REPLACE C-141 HYDRANT FUEL SYSTEM, ALTUS AIR FORCE BASE, OKLAHOMA
POC Robert Goranson, (918) 669-7498 Military Design Section, or Dave
Harder, (918) 669-7040, A-E Contracts and Documents Section, 1645 S.
101st E. Ave., Tulsa, OK 74128-4629. 1. CONTRACT INFORMATION: A firm
fixed-price architect-engineer contract will be negotiated for the
preliminary and final design and design services during construction
phase for the subject project. This procurement is unrestricted. The
anticipated contract award date is January 1996 and the anticipated
final completion date is May 1996. All responders are advised that this
requirement may be cancelled or revised at any time during the
solicitation, evaluation, selection, negotiation, or final award
process based on decisions related to DOD changes in force structure
and disposition of US Armed Forces, and are advised that the contract
award date(s) and final completion date(s) may vary. If a large
business is selected for this contract, it must comply with FAR
52.219-9 regarding the requirement for a subcontracting plan on that
part of the work it intends to subcontract. For your information, the
subcontracting goals for the Tulsa District are 65% for small business
and 10% for small disadvantaged business. The plan is not required
with the submittal. 2. PROJECT INFORMATION: Key elements of this
project are: The design for replacing the existing Type II hydrant fuel
system with a Type III hydrant fuel system, servicing the C-141
aircraft and connecting to the C-17 hydrant fuel system. Provide leak
detection and cathodic protection along the pipeline, an additional
hydrant pit, fuel pump, filter separator, and repair of concrete apron
and taxiway. This project also includes miscellanious demolition
including a 300 s.f. bldg with potential lead base paint and asbestos
abatement and underground storage tanks with potential soil
contamination. 3. SELECTION CRITERIA: See Note 24 for general selection
process. The selection criteria in descending order of importance are:
a. Past performance on DOD and other contracts with respect to cost
control, quality of work, and compliance with delivery schedules. b.
Specialized experience and technical competence in (1) design of Type
III hydrant fueling systems (2) construction cost estimating and
preparation of estimates o IBM-Compatible personal computers using
Corps of Engineers Computer Aided Cost Estimating System (M-CACES Gold)
(software provided), (3) producing CADD drawings using AutoCad Release
12 CAD software of Autodesk Inc. (4) producing quality designs, (5)
ability to access a Computerized Automated Review Management System
(ARMS) via modem, and (6) construction phase design services including
the preparation of ''As-Built'' drawings. c. Qualified registered
professional personnel with experience in the following disciplines,
but not limited to: mechanical, electrical, civil, environmental, and
structural. Other required team members are, specification writers,
estimators, and draftsmen/CADD operators. d. Sufficient capacity to
Complete the design by May 1996. e. Volume of DoD contract awards in
the last 12 months as described in Note 24. 4. SUBMITTAL REQUIREMENTS:
See Note 24 for general submittal requirements. Interested firms
having the capabilities to perform this work must submit one copy of SF
255 (and a SF 254 for the prime firm and all consultants) to the above
address no later than 4:30 p.m. on the 30th day after the date of this
announcement. If the 30th day is Saturday, Sunday or Federal Holiday,
the deadline is 4:30 p.m. of the next business day. Faxed submittals
will not be accepted. Solicitation packages are not provided. This is
not a request for proposal. The SF 255 should specifically address the
requirements of this announcement. Responding firms are requested to
clearly identify those tasks to be performed in-house and at what
office, and those tasks to be subcontracted and at what office.
Responding firms are requested to identify all computer capabilities in
Block 10 of the SF 255. Also in Block 10 of the SF 255 describe the
firm's design quality control plan, including coordination with
subcontractors. Cover letters and extraneous material are not desired
and will not be considered. Personal visits to discuss this contract
will not be considered. (0270) Loren Data Corp. http://www.ld.com (SYN# 0010 19950928\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|