|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 8,1996 PSA#1568Commanding Officer, Engineering Field Activity West, 900 Commodore Dr.
San Bruno, CA 94066-5006 C -- A/E SERVICES FOR SUPPORT OF THE NAVY'S LOW FREQUENCY TRANSMITTER
PROGRAM, VARIOUS LOCATIONS THROUGHOUT WESTERN UNITED STATES AND THE
PACIFIC. SOL N62474-96-D-6060 POC Annette Ordonez (415) 244-2492,
Contracting Officer, R. A. Sandberg. Work includes project development,
facilities studies, electronic studies, preparation of 1391 documents
with supporting documentation, preparation of plans, specifications and
construction cost estimates for repair, modification, and/or upgrading
of various Naval Radio Transmitter Facilities throughout the western
United States and Pacific region. This work will be performed on an
accelerated schedule in order to meet strategic fleet support
objectives. Studies, Program Cost Estimates, collateral equipment
lists, permit application preparation, preparation of construction bid
documents, construction field inspection, Operation and Maintenance
Support Information (OMSI) Manuals preparation, and as-built drawing
preparation may be required. This will be an Indefinite Quantity
Contract. This contract is for one year with a maximum total dollar
amount of $1,000,000 with options available to the Government to extend
the contract for three additional years with the same limitations. A
minimum fee of $50,000 is guaranteed each year (option years included).
Individual Delivery Orders under this contract shall not exceed
$500,000 without consent of the contractor. Individual project
requirements will include some or all aspects of repair, modifications,
additions to, and/or replacement of existing Low Frequency transmitter
site facilities including, but not limited to, antennas, antenna
grounding systems, helix houses, transmitter buildings, primary and
emergency power systems, and associated utilities and structures.
Selection will be based on the following criteria which are numbered in
order of importance: (1) EXPERIENCE: Specialized experience and
technical competence of the firm and/or the proposed consultants in the
planning and design of similar projects to Navy design criteria on an
accelerated schedule within cost controls. Comparable experience of the
firm and sub consultants completed within the last five years will be
given the greatest weight. (2) QUALIFICATIONS: Professional
qualifications of the staff (in-house and/or consultants), specifically
on related projects addressed in criteria element (1) above. Particular
focus will be on the qualifications of the project manager and design
professionals with expertise in both the electronic and structural
design of Low Frequency antenna towers, HVAC for cooling of associated
transmitters within the transmitter buildings, and primary and
emergency power, including power conditioning. (3) PAST PERFORMANCE:
Past performance, with emphasis on similar efforts cited in criteria
elements one and two. History of working relationship with sub
consultants. (4) CAPACITY: Ability of the firm to accomplish the
contemplated work within a minimum reasonable time limit as
demonstrated by the impact of this work load on the firms' permanent
staff, projected work load during the anticipated design service
period, and the firms' history of successfully completing projects in
compliance with performance schedules. (5) LOCATION: a) knowledge of
probable site conditions, materials and supplies availability and
applicable regulatory requirements; and b) ability of the firm to
ensure timely response to requests for on-site support. (6) VOLUME OF
WORK: Volume of work received from the Department of Defense, as a
prime contractor, within the last twelve months (DO NOT PROVIDE THIS
INFO since the Government already has this data), with the objective of
providing an equitable distribution of contracts among qualified
firms.--The estimated start date for the contract is May 1996.--The
estimated completion date is May 1997.--Those firms which meet the
requirements described in this announcement, and wish to be considered,
must submit a Standard Form (SF) 255. One copy of the SF 255 must be
received in this office, Building 201, second floor, ATTN: Annette
Ordonez, not late than 3:00 PM, PDT, 30 calendar days from the date
this annoucement appears in the CBD. Indicate contract number in Block
2B of the SF255. Submit an SF 254 only if you have not done so in the
past year. A large business will be required to submit a
subcontracting plan, if selected. This is not a Request for Proposal.
(0095) Loren Data Corp. http://www.ld.com (SYN# 0023 19960405\C-0012.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|