|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 8,1996 PSA#1718USPFO for Washington, ATTN: Contracting Office, Bldg 32, Camp Murray,
Tacoma, WA 98430-5170 C -- UPGRADE OF FLIGHT LINE FACILITIES (A/C PAVEMENT) SOL
DAHA45-97-R-0001 POC Contract Specialist Joan L. Dobesh, 206/512-8311
A&E services for the design of Upgrade of Flight Line Facilities (A/C
Pavement) at Fairchild AFB, WA, for the Washington Air National Guard.
Required services include developing a design analysis, plans,
drawings, specifications, cost estimates, life cycle cost analysis,
economic analysis and other documents essential to the project plus,
Type C, Inspection Services. The items listed are the significant
evaluation factors and are listed in order of relative importance.
Criteria forming basis for selection will include, but not be limited
to: (1) Professional qualifications necessary for satisfactory
performance of required services; (2) Specialized experience and
technical competence in the type of work required; (3) Capacity to
accomplish the work in the required time; (4) Past performance on
contracts with Government agencies and private industry in terms of
cost control, quality of work, and compliance with performance
schedules; (5) Location in the general geographical area of the project
and knowledge of the locality of the project; (6) Demonstrated success
in prescribing the use of recovered materials and achieving waste
reduction and energy efficiency in facility design. Principals, project
officers, project architect and engineers shall be licensed in their
appropriate disciplines. The work will encompass, but is not limited to
civil, mechanical, electrical and structural engineering disciplines to
design 31,300 SY of additional aircraft parking apron and taxiway for
KC-135 aircraft. The pavement will be a rigid pavement meeting all
specific FAA requirements for airfield pavements in the Spokane area.
The design includes all subsurface exploration, base coarse design,
elevations/grade determinations, clearance requirements, and pavement
markings. Work will encounter underground aircraft refueling lines and
may require relocation of such lines. If a large business concern is
awarded this contract, a subcontracting plan will be required in
accordance with FAR 19.7. Please state in Block 4, Page 4 of the SF 254
the size status of your firm. The prime firm and major consultants
shall be located within a 30 mile radius of Fairchild AFB, WA.
Specialized consultants not having a major impact on design or on
construction management need not fall within this criteria. Technical
questions may be directed to the Base Civil Engineer, Major Robert
Aunan, at Fairchild AFB, 509-247-7352. This will be a firm fixed price
A&E contract. The estimated construction cost is between $1 million
and $5 million. Firms desiring consideration shall submit a current SF
254 and SF 255 to the above USPFO for Washington address. The prime
contractor's submittal must include a SF 254 and SF 255 for each of the
consultants that will be used on this project. Submittals shall be
received no later than 4:00 p.m. local time, 30 days from the
publication of this synopsis. This is not a request for proposal.
(0311) Loren Data Corp. http://www.ld.com (SYN# 0016 19961107\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|