Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 8,1996 PSA#1568

Commanding 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