|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 14,1995 PSA#1490U. S. ARMY ENGINEER DISTRICT, MOBILE, ATTN: CESAM-EN-MN, P. O. BOX
2288,, MOBILE ALABAMA 36628-0001 OR 109 ST., JOSEPH STREET MOBILE AL
36602 C -- UPGRADE JET ENGINE AIR INDUCTION SYSTEM; ARNOLD AFB, TN, RFP:
DACA01-96-R-0029 SOL AECA**-96**-0003 POC Contact Mr. Dan Mizelle,
334/441-5741; Contracting Officer, Edward M. Slana (Site Code W31XNJ)
1. CONTRACT INFORMATION: A-E services are required for design and
preparation of plans, specifications, and cost estimate for the Upgrade
Jet Engine Air Induction System at Arnold AFB, TN. This announcement is
open to all businesses regardless of size. If a large business is
selected for this contract, it must comply with FAR 52.219-9 regarding
the requirement for a subcontracting plan for that part of the work it
intends to subcontract. The subcontracting goals for this contract are
a minimum of 52.5% of the contractor's intended subcontract amount be
placed with small businesses (SB), including Small Disadvantaged
Businesses (SDB), and Women-Owned Business, 8.8% be placed with SDB,
and 3% for Women-Owned Business. The subcontracting plan is not
required with this submittal. 2. PROJECT INFORMATION: This project
consists of replacing carbon steel process air ducting for the jet
engine test facility plant with new stainless steel ducting. Design
shall include refurbishing existing valves, replacing 60 inch diameter
ducting and expansion joints and construction phasing and sequencing.
The estimated construction cost is between $1-5 million. 3. SELECTION
CRITERIA: See Note 24 for general selection process. The selection
criteria are listed below in descending order of importance (first by
major criterion and then by each sub-criterion). Criteria A thru D are
primary. Criteria E thru G are secondary and will only be used as
''tie-breakers'' among technically equal firms. A. Professional
Qualifications: The contract will require the following registered
engineering disciplines: (1) Mechanical Engineer; (2) Structural
Engineer; (3) Civil Engineer; (4) Project Manager; (5) Cost Estimating.
Dedicated Cost Estimators are required. Evaluation of each disciplines
will consider education, registration, and relevant experience.
Resumes (Block 7 of the SF 255) must be provided for these disciplines,
including consultants. Additional evaluation factors in order of
importance: B. Specialized experience and technical competence in: (1)
Desin of jet engine test facilities; (2) Design of large air supply
systems; (3) Experience with automated cost estimating systems
(IBM/MS-DOS compatible ''M-CACES Gold'' will be used for these
projects. The software, user manual and database will be provided by
the Mobile District to the selected firm.); (4) Capability to provide
construction phase services, such as shop drawing reviews, and site
visits. (5) In Block 10 of the SF 255 describe the firms' quality
management plan, including the team's organization including an
organizational chart, quality assurance, cost control, and coordination
of the in-house work with consultants. C. Capacity to Accomplish the
Work: The capacity to accomplish the work within schedule; D. Past
Performance: Past performance on DOD and other contracts with respect
to cost control, quality of work, and compliance with performance
schedules; E. Geographic Location Geographic location with respect to
the project site. F. Small Business, Small Disadvantaged Business, and
Women Owned Business Participation: Extent of participation of Small
Businesses, Small Disadvantaged Businesses, Women Owned Businesses,
Historically Black Colleges and Universities, and Minority Institutions
in the proposed contract team, measured as a percentage of the total
estimated effort; G. Equitable Distribution of DOD contracts: Volume of
DOD contract awards in the last 12 months as described in Note 24. 4.
SUBMISSION REQUIREMENTS: Firms must submit a copy of their SF 254 and
SF 255, and a copy of each consultant's SF 254. The 11/92 edition of
the forms must be used, and may be obtained from the Government
Printing Office. They are also available from commercial software
suppliers for use with personal computers and laser printers. These
must be received in the Mobile District Office (CESAM-EN-MN) not later
than close of business on the 30th day after the date of publication
of this solicitation in the Commerce Business Daily. If the 30th day is
a Saturday, Sunday, or Federal holiday, the deadline is the close of
business on the next business day. Include ACASS number in Block 3b.
Call the ACASS Center at 503-326-3459 to obtain a number. Regulations
requires that any submittals received after this date cannot be
considered by the Selection Board. Solicitation packages are not
provided. This is not a request for proposal. As required by
acquisition regulations, interviews for the purpose of dscussing
prospective contractors' qualifications for the contract will be
conducted only for those firms considered most highly qualified
after(0346) Loren Data Corp. http://www.ld.com (SYN# 0014 19951213\C-0008.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|