Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 17,1996 PSA#1511

US ARMY ENGINEER DISTR, ALBUQ, CORPS OF ENGINEERS, 4101 JEFFERSON PLAZA NE, ALBUQUERQUE NM 87109

C -- DESIGN OF A SUPPLY WAREHOUSE IN SUPPORT OF THE GERMAN AIR FORCE TORNADO BEDDOWN- PHASE II - HOLLOMAN AIR FORCE BASE, NEW MEXICO SOL DACA47-96-R-0016 DUE 021696 POC Contract Specialist Linda J. Anderson (505) 254-3451 (Site Code DACA47) R-1. CONTRACT INFORMATION: A firm fixed price contract will be awarded for the Design of a Supply Warehouse at Holloman AFB, New Mexico. The project is in support of the German Air Force Tornado Beddown - Phase II program. The work will include preparation of a Project Definition with an option for Final Design construction bid documents. Additional services may include construction inspection, shop drawing review and preparation of as-built drawings. The anticipated design contract award date is June 1996 and the anticipated construction award date is November 1997. This contract will be procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36. This procurement is unrestricted. The wages and benefits of service employees (see FAR 22.10) performing work under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. 2. PROJECT INFORMATION: This project consists of a new Supply Warehouse that will be approximately 2,500 square meters. The facility will include space for both fixed shelves and space savor storage system, loading ramp with hydraulic lift, design for use of forklifts, parts and materials used for typical military aircraft maintenance operations, fire protection, communications, special security, and 50- cycle electrical power. The Government will provide all necessary topographic and utility field surveys, drilling and testing, and Foundation and Pavement Design Analysis to the successful firm. The successful firm will be required to submit all applicable environmental permits necessary for the construction of the project. The estimated construction cost for this project is between 1 and 5 million dollars. All designs shall be developed using the metric system of measurement. 3. SELECTION CRITERIA: See Note 24 for the 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-e primary. Criteria f-i are secondary and will be used as tie-breakers among technically equal qualified firms. a. Demonstrated specialized experience and technical competence in 1) Experience in preparation of plans, specifications and construction cost estimates for military aircraft supply warehouses, 50HZ electrical systems, fire protection and alarm systems, intrusion detection and physical security systems. 2) Firms must demonstrate the ability to accomplish construction cost estimates utilizing M-CACES Gold or Composer Plus software. 3) Firms must indicate the ability to deliver final drawings in AutoCAD (Trademark) version 12 usable format and narratives in WordPerfect version 6.0. 4) Firms that have implemented a Design Quality Management Plan will be given preference. b. Qualified Professional Personnel in the following disciplines: Firms must be able to provide registered professionals assigned in the positions for Project Management, Architecture, Structural Engineering, Mechanical Engineering, Electrical Engineering, Civil Engineering, and Fire Protection. The firm must be able to provide a cost estimator with M-CACES Gold or Composer Plus experience. The Cost Estimator must be formally trained in using M-CACES and the cost estimates must be prepared under the guidance of and signed by a registered professional engineer. The Project Manager must have experience managing design of Air Force projects. The design team must be familiar with relevant Air Force criteria. c. Past performance on DoD and other contracts in terms of cost control, quality of work, and compliance with performance schedules. d. Capacity to accomplish and complete the plans and specifications by August 1997. e. Knowledge of the locality. The firm's familiarity with Holloman Air Force Base will be a plus. f. Location of the firm with respect to Holloman AFB, New Mexico. g. Volume of DoD contract awards in the last 12 months as described in Note 24. h. Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. i. Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit one copy of SF 255 (11/92 edition) and one copy each of SF 254 (11/92 edition) for the prime firm and all consultants to the above address not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday or Federal Holiday, the deadline is the close of business the next business day. Solicitation packages are not provided. The solicitation number is DACA47-96-R-0016. Only data furnished by the responding firm on the SF 254 and SF 255 will be considered in the selection process. Personnel qualifications of all key subcontractors are to be included in Block 7 of the SF 255. 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. The SF 255 should specifically address the requirements of this announcement. Responding firms are requested to summarize their Quality Management Plan and identify all relevant computer capabilities in Block 10 of the SF 255. FIRMS SHALL LIMIT BLOCK 10 OF THE SF 255 TO NO MORE THAN 10 PAGES. The POC is Linda J. Anderson (505) 254-3451. No other general notifications will be made and no further actions will be required from firms under consideration. This is not a Request for Proposal.(0012)

Loren Data Corp. http://www.ld.com (SYN# 0004 19960116\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page