|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 13,1998 PSA#2221Department of the Army, Baltimore District, Corps of Engineer, 10 South
Howard Street, Room 7000, Baltimore, MD 21201-1715 C -- INDEFINITE DELIVERY-TYPE (POWER RELIABILITY ENHANCEMENT PROGRAM)
CONTRACT, U.S. ARMY CENTER FOR PUBLIC WORKS, WORLDWIDE, ALEXANDRIA, VA
SOL DACA31-99-R-0007 DUE 121698 POC Patty Hensley (410) 962-7718 1.
CONTRACT INFORMATION: The U.S. Army Center for Public Works (USACPW),
Power Reliability Enhancement Program (PREP) has a requirement for A-E
support services. These services are required in support of the
mission to assure reliability/survivability of the Command, Control,
Communications, Computer and Intelligence (C4I) facilities worldwide.
Contract will be for a base period not to exceed one year and two
option periods. The amount of work in each contract period will not
exceed $750,000.00. An option period may be exercised when the contract
amounts for the base period or preceding option period has been
exhausted or nearly exhausted. Contract will be firm fixed price. The
announcement is open to all businesses regardless of size. Standard
Industrial Code (SIC) is 8711. Anticipated award is May 1999.
SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large
business concern, a subcontracting plan, with the final fee proposal
will be required, consistent with Section 806(b) of PL 100-180, PL
95-507, and PL 99-661. A minimum of 65% of the total planned
subcontracting dollars shall be placed with small business concerns. At
least 15% of the total planned subcontracting dollars shall be placed
with small disadvantaged businesses (SDB), including Historically Black
Colleges and Universities or Minority Institutions, and 8% with Women
Owned Small Businesses (WOSB). The plan is not required with this
submittal. 2. PROJECT INFORMATION: Services required will consist of:
(1) Possible site visits, engineering studies, testing and evaluating
concepts, system parameters and utilities/facilities systems; (2)
Preparation of one-line drawings of existing systems and proposed
solutions using CAD, trouble-shooting and expert engineering advice and
analysis of components and systems for C41 sites; (3) Preparation of
studies, manuals, reports and SOP's pertaining to operations and
maintenance of components/systems at C41 sites (4) Analysis of data to
determine/ recommend projects to improve reliability/survivability to
include reliability/ availability comparative analysis by a computer
reliability program; (5) Engineering and mathematical/ statistical
analyses/evaluations related to utility, facility, equipment and
component systems; (6) Performing life-cycle cost analyses for
recommended projects; (7) Preparation of project documents; (8)
Analysis and evaluation of reliability data on systems and components
found at C41 facilities; (9) Analysis of existing O&M and protection
procedures, equipment, policies and practices including staffing,
training and state-of-the-art and conceptual engineering advances, and
engineering studies. 3. SELECTION CRITERIA: See Note 24 for general
A-E selection process. A-E firms must have the capability, knowledge
and experience in all engineering disciplines (critical disciplines are
electrical, electronic, and mechanical) related to C41 facilities.
Other selection criteria will include demonstrated past experiences and
capability in the type of work described in numbers (1) through (9)
listed above in Project Information. In addition to the critical
engineering disciplines, the A-E shall have capabilities for all
engineering including High Altitude Electromagnetic Pulse (HEMP) and
TEMPEST, Computer capabilities for reliability analyses and CAD. Firms
considered must demonstrate past performance on Government contracts
in terms of cost control and meeting established schedules. Firms shall
be capable of providing final products in reproducible hard copy and on
floppy disks. Narrative reports shall be in WordPerfect 6.0 and easily
read by an IBM compatible computer. Drawings shall be in AutoCAD,
Intergraph or other specified CAD system on 3.5 inch, 1.44 MB disks .
4. SUBMISSION REQUIREMENTS: See Note 24 for general submission
requirements. Interested firms having the capabilities to perform this
work must submit one copy of SF 255. A SF 255 must be submitted for
prime and joint ventures and a SF 254 must be submitted for prime,
joint ventures, and consultants, to the above address, not later than
the close of business on December 16, 1998. Include ACASS number on the
SF 255, Block 3b. For ACASS information, call (503) 808-4591. The SF
255 and SF 254 shall clearly indicate the staffing of the office
indicated to do the work. Street address: City Crescent Building, ATTN:
Patty Hensley, Room 7000, 10 South Howard Street, Baltimore, MD 21201.
Solicitation packages are provided only to the selected firm after
selection approval. Results of selection will be mailed to non-selected
firms approximately 70 days after closing of this announcement.
Contracting questions can be directed to patty.hensley@
nab02.usace.army.mil. Technical questions can be directed to Mr. Peyton
Hale (703) 428-8191. "In order to comply with the Debt Collection
Improvement Act of 1996, all contractors must be registered in the
Central Contractor Registration (CCR) to be considered for an award of
a Federal contract. The initial registration date expired 31 May 1998.
For information regarding future registration, contact: (1) CCR Web
site at http://www.acq.osd.mil/ec.; (2) Dial up modem at (614) 692-6788
(User ID: ccrpub; Password: pub2ccri); (3) through any DoD Certified
Value Added Network. To review the database the web site is
http://www.fedecnavigator.disa.mil. Additionally, a paper form for
registration may be obtained from the DoD Electronic Commerce
Information Center at 1-800-334-3414." Solicitation packages are not
provided on this project. This is not a request for proposal Posted
11/10/98 (W-SN270232). (0314) Loren Data Corp. http://www.ld.com (SYN# 0025 19981113\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|