|
COMMERCE BUSINESS DAILY ISSUE OF JULY 11,1996 PSA#1634Department of the Army, Baltimore District, Corps of Engineers, 10
South Howard Street, Room 7000, P.O. Box 1715, Baltimore, MD
21201-1715 C -- ARCHITECT-ENGINEER SERVICES ARE REQUIRED FOR DESIGN OF ELECTRICAL
UPGRADE PROJECT AT SCRANTON ARMY AMMUNITION PLANT, SCRANTON, PA SOL
DACA31-96-R-0063 POC Susan Sonenthal, 410-962-7646 1. CONTRACT
INFORMATION: Architect-engineer services are required for preparation
the Facility Design, Related Studies, and Support During Construction
of Electrical Upgrade Project at Scranton Army Ammunition Plant,
Scranton, PA. The estimated AE fee is in the range of $250K-$500K. The
estimated construction value is in the range of $1M-$5M. Approximate
project start is scheduled for Fall, 1996 with a completion date of Dec
97. The type of contract proposed is Fixed-Fee. SUBCONTRACTING PLAN
REQUIREMENTS: If a large business is selected, a subcontracting plan
with the final fee proposal will be required, consistent with Section
806 (b) of PL 100-180, PL 95-507, and 99-661. A minimum of 25% of the
total planned subcontracting dollars shall be placed with small
business concerns. At least 5% of total planned subcontracting dollars
shall be placed with small disad- vantaged businesses, including
Historically Black Colleges and Universities or Minority Institutions,
and 5% with women-owned small businesses. The plan is not required
with this submittal. 2. PROJECT INFORMATION: a. In general terms, the
project features are renovations, repairs, replacements and/or
preventive maintenance to 13.8KV - 1200A switchgear, unit substations,
panelboards lighting fixtures and switching, electrical vaults, and
electrical manholes. Any renovations, repairs and replacement must be
installed without or with minimal disruption to production. Completed
documents shall include detailed construction plans, specifications,
design analysis, estimate of construction cost, related administrative
data, and construction schedules. b. The AE firm selected shall
provide the final design products in the following CADD format:
Auto-CAD Version 13. The design is not required to be performed using
a specific CADD system. However, the AE will be required to provide any
digitizing and/or translation services necessary to delivery the final
design products in the aforementioned CADD format. 3. SELECTION
CRITERIA: The criteria which will be the basis for selection firms are
identified in Numbered Note 24. Additional special criteria include
the following: a. All responding AE firms must provide discussion of
their ability to provide the final design products in the indicated
CADD format. b. Specialized experience with electrical systems -
substations, switchgear, transformers, panelboards, lighting,
electrical vault and manhole repairs - which were installed in the
early 1950's. c. Professional qualifications necessary to design
renovations, repairs, replacements and preventive maintenance programs
for electrical systems to an existing manufacturing facility. 4.
SUBMISSION REQUIREMENTS: Firms desiring consideration shall submit
appropriate data as described in Numbered Note 24. Firms desiring
consideration must submit both a SF 254 and SF 255 for the prime, joint
venture(s), and/or consultant(s). SF 254 and SF 255 shall clearly
indicate the staffing of the office indicated to do the work. In SF
255, block 3b, provide the firm's ACASS number. In SF 255, BLOCK 6,
provide ACASS numbers for each consultant. Responses to this
announcement received within 30 days from the date of this issue will
be considered for selection. Solicitation packages are not provided.
Mailing address - ATTN.: Susan Sonenthal, Room 7000, 10 South Howard
Street, Baltimore, MD 21201. Please do not call for debriefings or
status until you receive a notice from this agency, which will be
approximately 90 days from date of publication. For inquires, call Mrs.
Sonenthal on 410-962-7646 or Internet,
susan.j.sonenthal@.nab.usace.army.mil. This is not a request for
proposal. (0191) Loren Data Corp. http://www.ld.com (SYN# 0031 19960710\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|