Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 16,1996 PSA#1533

U.S. Property and Fiscal Office for Georgia, Attn: PFO-PC, P.O. Box 17882, Atlanta, GA 30316-0882

C -- ARCHITECT AND ENGINEERING SERVICES contact point, Tommy Dorsey, Contract Specialist, 404/624-6209, Col David S. Kenemer, Contracting Officer, 404/624-6340. Architect & Engineer Service Contract to provide Type ``A'', ``B'' and optional ``C'' Services for design of a new 76,800 square foot B-1B Composite Aircraft Maintenance Hangar, for the 116 Bomber Wing, Robins AFB, Georgia. The B1B weapon system will require two fully covered spaces with a total area of 76,800 square feet. It is made up of, Corrosion Control Dock at 23,000 sq ft, Fuel Systems Maintenance Dock at 23,000 sq ft, Fuel Systems/Corrosion Control Shops at 6,100 sq ft, and Survival Equipment shops at 3,100 sq ft and General purpose shops at 21,600 sq ft. This hanger complex provides the space for aircraft fuel system maintenance, corrosions control program activities, administrative functions, and the needed utilities and special systems required to safety perform fuel system maintenance, corrosion control functions and identified activities associated with the B1B. The fuel systems hangar is capable of being used for sump draining, tank purging, leak isolation and repair. All de-fueling is done on the Apron prior to moving the aircraft into this facility. The facility will be manned and operated by fuel system personnel, corrosions control personnel and identified aerospace generation maintenance personnel. Personnel are responsible for on-aircraft maintenance of aircraft fuel systems, certain environmental control systems line replaceable units (LRU's), corrosion control program execution and various maintenance aspects as identified herein. General shops include spaces for off-equipment-maintenance including metal processing and welding, structural repair, survival equipment, machine shop, pneudraulics, environmental, electrical/battery, repair, reclamation and aircraft egress. Space is also provided for restrooms with showers and lockers, classrooms, tool issues, and parts/equipment storage. Fuel systems components maintenance - This function involves on - aircraft maintenance of aircraft fuel system LRU's except those assigned to the jet engine workcenter and the fuel center-of-gravity management system (FCGMS) electrical/electronic LRU's which are assigned to the instrument shop workcenter. Aircraft fuel system maintenance - This function involves all aircraft fuel systems maintenance such as installation/removal of fuel quantity probes, and installation/removal of all components, wiring, flex hoses, tubing, pumps, valves and housings located in or routed through fuel tanks. It also involves disconnection/reconnection of fuel system flex hoses and metal tubing and all on-and off-aircraft maintenance/inspection tasks requiring fuel tank entry, including weapons bay fuel tanks. Weapons bay fuel tanks to be stored in the weapons bay fuel tank storage area which may be a covered storage area adjacent to the facility. These tanks will be air-purged to a safe condition prior to storage. Corrosion control function - This activity will require a covered space, environment, equipment and utilities to accomplish the corrosion control program requirements for the B-1B aircraft. The corrosion control maintenance - This function supervises and accomplishes the on and off-aircraft activities involving detection and treatment of corrosion and the application of protective coatings, stencils and decals in accordance with technical data requirements. This activity is required to maintain the necessary supplies and equipment to support aircraft washing, inspection and treatment. This facility shall be constructed of standard unprotected non-combustible materials to comply with the type N classification as specified in AFI 32-1024. The Services may include all or part of the following: (1) Option 1, Type ``A'' Investigative Service, to include all but not be limited to making field investigations, observations, testing, studies and producing alternative site and floorplan proposals; (2) Option 2, Type ``B'' Design work to include detailed drawings, specifications and cost estimate based on the conceptual solution selected from the Type ``A'' Services; (3) Option 3, Type ``C'' Construction Inspection Services may also be required; (4) Option 4, Code and Criteria Review conducted at 6-9 month intervals between design completion and construction bid. Services shall be done in accordance with a Government prepared Statement of Work for each option. Significant evaluation factors and relative order of importance as applicable to this project are: (1) Professional qualifications necessary for satisfactory performance of required services; (architectural, mechanical, electrical, civil). The organizational structure of the design team must have qualified engineers in each of the different disciplines. An organizational chart shall show the chain of command for the technical and management review and indicate the person(s) responsible for decision making. (2) Specialized experience and technical competence in the type of work required which consists of Fuel cell facility Engineer and Corrosion Control Engineer. (3) Capacity to accomplish work in the required time. (4) Past performance on contracts with Government agencies and private industry n terms of cost control, quality of work, and compliance with performance schedules; (5) Location in the general geographical area of the project and knowledge of the locality of the project, provided and application of this criterion leaves an appropriate number of qualified firms given the nature and size of the project. (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. (7) Volume of work previously awarded by the Department of Defense to the firm, with the object of effecting equitable distribution of contracts among qualified Architect-Engineer (A-E) firms, including minority-owned firms or firms that have not had prior Department of Defense contracts. The estimated construction cost of the proposed project is over $10,000,000.00. Firms desiring consideration shall submit Standard Form 254 and 255 to the Georgia Air National Guard, 116th BW, Attn: Base Civil Engineer, CPT Mark Byrd, 1809 Sabre Street, Room 104, Building 945, Dobbins ARB, Georgia, 30069-5024, not later than close of business on 18 March 1996. Firms with more than one office must distinguish, by discipline (in block 4, SF 255), between the number of personnel in the firm. Firms must indicate in block 7 of the SF 255 each key person's office location. Firms short listed by a pre-selection board will be required to make in-person presentations to a final selection board to further clarify and expound on their ability to meet the evaluation factors. Presentations will be limited to one hour to include time for questions and answers/discussion. This is not a Request for Proposal. This project is Unrestricted. (043)

Loren Data Corp. http://www.ld.com (SYN# 0034 19960215\C-0011.SOL)


C - Architect and Engineering Services - Construction Index Page