Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 14,1996 PSA#1616

SOUTHWESTNAVFACENGCOM (Code 0211), 1220 Pacific Highway, San Diego, CA 92132-5187

C -- INDEFINITE QUANTITY CONTRACT FOR AIRFIELD PAVEMENT LOAD EVALUA- TIONS, PAVEMENT CONDITION INDEX SURVEYS, AND RUNWAY FRICTION MEASUREMENTS AT VARIOUS LOCATIONS IN THE WESTERN UNITED STATES SOL N68711-96-D-2232 DUE 072296 POC Anne Garrett/Contract Specialist, (619) 532-3708, Nancy J. Trent/Contracting Officer, (619) 532-2853. Indefinite Quantity/Firm Fixed Price. Architect-Engineer services are required for structural evaluation of airfield pavements: runways, taxiways, and parking aprons at various locations in the western United States. Required services include: field data collection through the use of a Heavy Weight Deflectometer, data analysis with the use of the layered elastic evaluation program (LEEP) developed by the Army Corps of Engineers, preparation of reports in conformance with the current standard format, verification of actual pavement sections by coring with split-tensile tests to determine flexural strengths of concrete sections, subgrade California Bearing Ratio (CBR) testing to check the subgrade values obtained in the deflection analyses. Other services include preparation of preliminary and final reports in conformance with the current standard format and in Word version 6.0, the use of the CAD drawings to represent airfield pavement features using the same, or compatible software used by the specific station, the gathering of construction as- built drawings, and traffic data from the Air Operations Section. Structural analysis will be based on a projected 10-year traffic. Further, traffic will be distributed to the specific runway, taxiway and parking apron. The length of the contract will be 365 days from the date of the contract award or until the $500,000 limit is reached. The government has the option to extend this contract for an additional 365 days or until an additional $500,000 is reached. If the Government exercises the option to extend the contract, the total amount of the contract shall not exceed $1,000,000. No one project may exceed $200,000, and the minimum delivery order amount will be $25,000. The initial work is for airfield load evaluation by nondestructive testing, pavement condition index (pci) survey, friction measurement of runways, data analysis, geotechnical, report preparation for the airfield pavements at Naval Air Station (NAS) Lemoore and Marine Corps Air Station (MCAS) Miramar. Geotechnical work includes: pavement corings, split tensile tests of concrete specimens, and boring logs, CBR subgrade tests. No data analysis and NDT report preparation will be required for MCAS Miramar. Similar type work may be added at other locations in the western United States. The estimated start date is August 1996. A-E Selection criteria will include (in order of importance): (1) Recent specialized experience of the firm and/or proposed consultants in: conducting airfield pavement load evaluation by nondestructive testing methods, PCI survey, friction measurement of runway, data analysis, and preparation of reports. Do not list more than a total of 10 projects in block 8. Include point of contact name and telephone number in block 8c for each project listed. Indicate which consultants from the proposed team, if any, participated in the design of each project. (2) Professional qualifications and capabilities of the staff to be assigned to this project. Recent demonstrated experience of the team to be assigned to this project in: conducting nondestructive testing, data analysis, and report preparation using the Heavy Weight Deflectometer and layered elastic evaluation (LEEP) program identified in selection criteria (1) above. List only the team members who actually will perform major tasks under this project. (3) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Indicate by briefly describing internal quality assurance and cost control procedures and indicate team members who are responsible for monitoring these processes. List recent awards, commendations and other performance evaluations (do not submit copies). (4) Location in the general geographic area of the project and knowledge of the locality of the project, provided that the application of this criterion leaves an appropriate number of firms given the nature and size of this project. (5) Capacity to accomplish the work in the required time. Indicate the firms present workload and the availability of the project team (including consultants) for the specified contract performance period and indicate specialized equipment available and prior security clearances. (6) List the small or disadvantaged or woman-owned business firms used as primary consultants or as subconsultants. If a large business concern is selected for this contract, they will be required to submit a subcontracting plan that should reflect a minimum 5% Small Disadvantaged Business of the amount to be subcontracted out. Those firms which meet the requirements described in this announcement and wish to be considered, must submit one copy each of a SF 254 and a SF 255 for the firm and a SF 254 for each consultant listed in block 6 of the firms SF 255. One copy of the submittal package is to be received in this office no later than 3:00 P.M. Pacific Time on the due date indicated above. Should the due date fall on a weekend or holiday, the submittal package will be due the first workday there after. Submittals received after this date and time will not be considered. Additional information requested of applying firms: indicate solicitation number in block 2b, CEC (Contractor Establishment Code) and/or Duns number (for the address listed in block 3) and TIN number in block 3, telefax number (if any) in block 3a and discuss why the firm is especially qualified based on the selection criteria in block 10 of the SF 255. For firms applying with multiple offices, indicate the office which completed each of the projects listed in block 8 and list which office is under contract for any contracts listed in block 9. Use block 10 of the SF 255 to provide any additional information desired. Personal interviews may not be scheduled prior to selection of the most highly qualified firm. SF 255's shall not exceed 30 printed pages (double sided is two pages/organizational charts and photographs excluded, exception: photographs with text will be considered as a page). All information must be included on the SF 255 (cover letter, other attachments and pages in excess of the 30 page limit will not be included in the evaluation process). Firms not providing the requested information in the format (i.e. listing more than a total of 10 projects in block 8, not providing a brief description of the quality control plan, not listing which office of multiple office firms completed projects listed in block 8, etc.) directed by this synopsis may be negatively evaluated under selection criteria (3). Firms, their subsidiaries or affiliates, which design or prepare specifications for a construction contract or procurement of supplies cannot provide the construction or supplies. This limitation also applies to subsidiaries and affiliates of the firm. This is not a request for proposal. Telegraphic and facsimile SF 255's will not be accepted. Site visits will not be arranged during the submittal period. See Numbered Note(s): 24. (0164)

Loren Data Corp. http://www.ld.com (SYN# 0014 19960613\C-0005.SOL)


C - Architect and Engineering Services - Construction Index Page