Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 7,1996 PSA#1717

USAED, KANSAS CITY, 757 FEDERAL BUILDING, 601 E 12TH STREET, KANSAS CITY MO 64106-2896

C -- KC-135 FLIGHT SIMULATOR MCCONNELL AIR FORCE BASE, KANSAS SOL DACA41-97-R-0003 DUE 120496 POC Contract Specialist Georgann Butler (816) 426-5542 (Site Code DACW41) The contract will be for the design of the KC-135 Flight Simulator at McConnell AFB, Kansas. The project is authorized by Design Directive dated 960912, Job Series MCCONNELL AFB KS FY97-DR006. The estimated contract amount is $400,000.00. CONTRACT INFORMATION: The contract will will include preparation of contract drawings and specifications, design analysis, energy analysis, and detailed construction cost estimate. The contract may include engineering and design during construction, shop drawings review, and as-built drawing service. The project currently has a concept design (10%). The designer will take the concept design thru completion. A firm fixed price contract will be negotiated. The anticipated contract award is January 1997 with design completion in July 1997. The contract duration is estimated to be four years (design thru as- builts). PROJECT INFORMATION. The KC-135 Flight Simulator facility will house two full motion KC-135 flight simulator, associated hydraulic areas, computer room, briefing rooms, training rooms, administration areas and associated support facilities. The facility is programmed for 1200 square meters. The project also includes some site development for utilities and parking. An interior design package to include interior finishes and furnishings of the briefing rooms, training rooms and administration areas. The estimated construction cost is between $1,000,000.00 and $5,000,000.00. SELECTION CRITERIA. Selection will be based on the following criteria in priority as listed. Items e thru g. will only apply as a tie breaker. a. Professional Capabilities. (1) Responding firms shall demonstrate capability in these primary disciplines; architectural, interior design, structural, mechanical, electrical,civil and fire protection specialist. (2) Professional registration of lead designers. b. Specialized experience and technical competence. In Block 8, cite whether the experience is that of the prime (or joint venture), consultant or an individual. Work cited that is experience of the prime (or joint) from an office other than that identified in Block 4 be so labeled. Specific specialized experience includes experience similar to that stated above in project and the following: (1) Specific knowledge regarding design of flight simulators for the US Air Force. (2) Quality management procedures. Include a proposed organizational chart and a narrative description of how the quality management procedures will function in Block 10 of SF255. (A detailed quality control plan will be submitted by AE as part of the negotiations process.) (3) Experience in preparing drawings compatible with AutoCadd version 12 or higher. (4) Experience with similar projects in the Wichita, Kansas area. c. Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules d. Capacity to initiate design and complete within the time parameters of the project. e. Location of firm in general geographical area of the project. f. Extent of participation. Large businesses will be expected to place subcontracts to the maximum practical extent with Small and Small Disadvantaged firms in accordance with Public Law 95-507. This plan is not required with the submittal, but changes to the design team may require reconsideration by the Selection Board and must be approved prior to award to any large business. Of the subcontract amount goals assigned to the KCD are 60.3% for small business, 9.8% for small disadvantaged business 2.9% for women-owned small business concerns. Small Disadvantaged Business Goals of less than 5% must be approved two levels above the Contracting Officer, pursuant to DOD FAR Supplement 219.705-4. For informational purposes, the small business size for this solicitation is one where the average annual receipts of the concern and its affiliates for the preceding three (3) fiscal years does not exceed $2.5 million, the Standard Industrial Classification Code (SIC) is 8712. g. Volume of DOD contracts awarded in the last 12 months to the prime A-E firm. In Block 10 of the SF 255, responding firms should cite all contract numbers, award dates and total negotiated fees for any DOD contract awarded within the last 12 months to the office expected to perform this work. Please indicate all task orders awarded your firm by DOD agencies within the last 12 months under an indefinite delivery type contract, regardless of the award date of the contract itself. Indicate date of task orders and fee for each. Modifications to contracts or task orders which were awarded prior to the last 12 months need not be listed. SUBMITTAL REQUIREMENTS. Interested firms having the capabilities to perform this work must submit and SF255 to the address listed below no later than close of business (4:00 PM 4 December 1996 Kansas City time). Each firm/consultant listed within the SF 255 must have a current SF 254 (submitted within the last 12 months) on file with the Corps of Engineers, or one must be submitted with this package. Solicitation packages are not provided. This is not a request for proposal. Submit responses to: U.S. Army Engineer District, Kansas City ATTN: CEMRK-CT-M/Murray, 757 Federal Building, 601 E. 12th Street, Kansas City, Missouri 64106-2896. QUESTIONS. Questions of a technical nature should be addressed to Edgar Ray at 816-426-3275 and those of a(0310)

Loren Data Corp. http://www.ld.com (SYN# 0006 19961106\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page