|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 15,1997 PSA#1762USPFO for Oklahoma, Oklahoma National Guard, Attn: OKPFO-PC, 3535
Military Cir, Oklahoma City, Ok 73111 C -- ARCHITECT ENGINEER SERVICES TO DESIGN COMPOSITE SUPPORT AIRCRAFT
MAINTENANCE COMPLEX, YZEU909675, WILL ROGERS WORLD AIRPORT, AIR
NATIONAL GUARD BASE, OKLAHOMA CITY, OK. SOL DAHA34-97-R-0003 POC
Contracting Officer: CPT John M. Venaglia, @ (405) 425-8346. Base Civil
Engineer: Lt. Col Peter Shanahan @ (405) 686-5310. The Government
intends to enter into a firm fixed priced contract for Architect
Engineer Services of the pre-design (Type "A" Services) of Composite
Aircraft Maintenance Complex, Project Number YZEU909675, located in
Oklahoma City, Oklahoma. The initial contract includes Type "A"
Services (field surveys, investigations and inspection to support the
design). Estimated period of performance for Type "A", and Type "B"
Services is 365 calendar days. Project consists of designing aircraft
maintenance hangar, general purpose aircrafr maintenance shops,
aircraft organizational mintenance shop, weapons systems maintenance
management and administrative staff offices, avionicsshop, survival
equipment shop, wing safety, aircraft support equipment shop, airfield
pavements and aqueous film forming foam (AFFF) pump room with
emergency generator and underground water storage. Cathodic protection
engineering is required on this project. The cathodic protection
survey and design must be performed by a National Association of
Corrosion Engineer (NACE) accredited corrosion specialist. The
corrosion specialist must have a minimum of five years experience in
the design of cathodic protection systems. This accreditation must have
been obtained in the field of cathodic protection. Cathodic tests
include soil resistivity and water conductivity. Airfield pavement
design shall be accomplished by a registered progessional civil
engineer with a minimum of five years experience designing airfield
pavements on military airfields and or military and commercial
airports. Type "B" Services, which includes (1) Visual inspection of
the site, (2) familiarization with project scope, (3) coordination with
the users and review authorities (4) all work directly associated with
the preparation of plans, specifications, design analysis, cost
estimate and submission of review submittals, and; Type "B" and Type
"C" Construction Management Services, may be awarded at the
Government's option contingent upon the Government's satisfaction of
servicesrendered. The contract starting date will be approximately 12
April 1997. Total estimated construction cost for the project will
exceed the ten million dollar mark. Interested firms will be evaluated
based on the following revised criteria in order of precedence: (1)
Professional qualifications necessary for satisfactory performance of
required services; (2) Specialized experience and technical competence
in the type of work required (as described above) on military
installations and commercial airports for this project; (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 workand compliance with performance shcheules;
(5) Location in the general geographical area of the project and
knowledge of the locality of the project, provided that application of
this criterion leaves an appropriate number of qualified firms, given
the nature and size of the project; and (6) Demonstratedsuccess in
prescribing the use of recovered materials and achieving waste
reduction and energy efficiency in facility desing. The A/E shall also
provide drawings on ACAD Version 13 and documents in Microsoft Word
6.0 or comatible files. Firms wishing to be considered shall submit
Federal Standard Form (SF) 254 and SF 255 to the Contracting Officer
not later than 4:00PM local (CST) thirty days after this announcement
is first published in the Commerce Business Daily. Telegraphic and
facsimile transmissions will not be accepted. See Note 24. This is an
unrestricted acquissition. This is not a Request for Proposal.*****
(0010) Loren Data Corp. http://www.ld.com (SYN# 0014 19970115\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|