Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 13,1998 PSA#2221

Department 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