Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 29,1995 PSA#1442

DA, 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