Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 11,1999 PSA#2343

U.S. Army Engineer District, Alaska, Attn: CEPOA-CT-CO, P.O. Box 898, Anchorage, AK 99506-0898 (Physical Address: Bluff and Plum Streets, Building 21-700 (Room 200), Elmendorf AFB, AK 99506-0898)

C -- INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES CONTRACT FOR POL SYSTEMS AND RELATED PROJECTS FOR WORK PRIMARILY IN ALASKA SOL DACA85-99-R-0023 POC Charles Von Gunten 907/753-5717 for Technical Inquiries or Gail M. West 907/753-2552 Contracting Officer 1. CONTRACT INFORMATION: This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The FY99 subcontracting goals for this contract are a minimum of 61.2% of the contractor's intended subcontract amount be placed with small businesses, 9.1% small, disadvantaged businesses, and 4.5% to woman-owned businesses. The subcontracting plan is not required with this submittal. All responders are advised that this project may be cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and final award. The contract shall be an indefinite delivery firm fixed price. The contract limit is $1,000,000.00. The contract may include options for two additional option years and an additional $1,000,000.00 per year. There will be no specific delivery order limit except that of the yearly contract limit. The Government obligates itself to obtain no less than $20,000 in services during the term of the base period and $10,000 in services during the term of each option period. The Government may exercise a contract option before the expiration of the base contract period or preceding option period if the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. Contract award is anticipated for Aug 99. 2. PROJECT INFORMATION: The AE selected would be required to have sufficient staff, flexibility, and capability to be available on an as-needed basis. Typical types of services to be provided may include projects primarily involved in the maintenance, repair, upgrade, or alteration of existing POL storage facilities, distribution systems, and POL support facilities. Work includes A-E services; preparation of plans, specifications, design analysis, and cost estimates for solicitation of construction for repair/renovation, new construction projects, or engineering studies. Work may also include construction phase services (supervision and inspection.) Selected project designs and studies shall be developed using metric or english system of measurements (measurement system dependent upon type of project), AutoCAD formatted drawings and MCACES-Gold for estimating. Firms must have primary capability in POL design and engineering and should be aware of or capable of acquiring knowledge of design requirements and procedures set forth by the DEFENSE ENERGY SUPPLY CENTER (DESC) and the MAINTENANCE REPAIR AND ENVIRONMENTAL (MR&E)program. Services may include programming studies, site survey, inspection, evaluation, design, participation in design charrettes and construction inspection. Renovations might include fuel containment, transport, delivery, storage, and dispensing systems as well as conversion of fuel type. Services incidental to the overall project may also require API 653 tank inspection, piping system evaluation in accordance with API 570, pipe stress analysis, hydraulic and dynamic transient surge analysis, pressure testing, and internal pipeline inspection services. Projects may include but not be limited to, above and below ground storage tanks, hydrant systems, fuel distribution pump houses, truckfill stands, piping, valves, trenching, primary and secondary spill containment, SCADA systems, and pipeline/tank leak detection systems. Project sites may be local as well as remote. LOCATION: Primarily Various Locations in Alaska. 3. SELECTION CRITERIA: The following selection criteria headings are listed in descending order of importance (first by major criterion and then by each subcriterion). Criteria A-F are PRIMARY selection criteria. A. professional qualifications of the firm's staff/consultants to be assigned to the projects in the following disciplines: (1) minimum in-house design capabilities require 2 registered mechanical engineers or 2 registered POL engineers, each with 10 years design experience in POL systems; and (2) at least one engineer in each disciplines subcontracted must be registered with 5 years experience or certification in the engineering discipline with the exception for estimators and specification writers. Subconsultants may include electrical engineering, structural engineering, civil engineering, environmental engineering (asbestos/HTRW certified), NACE certified corrosion engineer, registered fire protection engineer, architectural, surveying, cost estimator, and specifications writing. Firms that choose to provide any subcontracted disciplines MUST address each discipline, clearly indicate which shall be subcontracted, and provide a separate SF254 and SF255 for each subcontractor necessary. The contractor shall employ, for the purpose of performing that portion of the contract work in the State of Alaska, individuals who are residents of the State, and who, in the case of any craft or trade, possess or would be able to acquire promptly the necessary skills to perform the contract. B. Specialized experience of the firm in the design of maintenance, repair, upgrade, or alternation projects, and new construction projects specifically. C. The firms past performance on DOD and private sector contracts (cost control, quality of work, compliance with schedule). D. capacity of the firm to accomplish work in the required time (minimum of three simultaneous delivery orders, size of firm. Workload, etc); E. Knowledge of locality of projects: (1) knowledge of military POL facilities in Alaska; and (2) knowledge and design experience in arctic or cold regions. F. Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. Criteria G-I are secondary and will only be used as "tie-breakers" among technically equal firms. The SECONDARY selection criteria in descending order of importance are: G. Location of firm; H. Volume of recent DOD work awarded in the past 12 months; and I. participation of SB, SDB, historically black colleges and universities, and minority institutions in theproposed contract team, measured as a percentage of the estimated effort, regardless of whether the SB, SDB, HBCU or MI is a prime contractor, subcontractor, or joint venture partner; the greater the participation the greater the consideration. Offeror must provide adequate documentation in block 6 of the SF 255 to illustrate the extent of participation for the above-mentioned groups in terms of the percentage of the total anticipated contract effort. 4. SUBMISSION REQUIREMENTS: Firms submitting their qualifications should provide ONLY 1 copy and should include: (1) organization of proposed project team, (2) responsibilities and authority of key project personnel, (3) relationship of project team to overall organization of the firm, (4) a quality control plan, and (5) in block 8c of the SF 255 include a POC and phone number. The 11/92 edition of the forms MUST be used, and may be obtained from the Government Printing Office, by calling the administrative contact named above, from commercial software suppliers for use with personal computers and laser printers, or on-line in both Adobe Acrobat PDF and FormFlow formats (http://www.gsa.gov/pbs/pc/hw_files/254-255.htm). Submittals must be received at the address indicated above not later than COB (4:00 pm Alaska time) on the 30th day from the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. Any submittals received after this date cannot be considered. No additional information shall be provided, and no faxed submittals shall be accepted. Solicitation packages are not provided. Note: Physical address update: Building 2204 (Room 56), 3rd Street, Elmendorf AFB, Alaska, 99506-1538***** Posted 05/07/99 (W-SN329014). (0127)

Loren Data Corp. http://www.ld.com (SYN# 0021 19990511\C-0007.SOL)


C - Architect and Engineering Services - Construction Index Page