Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 11,1995 PSA#1449

Department of the Army, Baltimore District, Corps of Engineers, P.O. Box 1715, Room 7000, Baltimore, MD 21203-1715

C -- INDEFINITE DELIVERY-TYPE CONTRACT FOR POWER RELIABILITY ENHANCEMENT FOR U.S. ARMY CENTER FOR PUBLIC WORKS, WORLDWIDE DOD C4I FACILITY SUPPORT, ALEX., VA SOL DACA31-95-R-0108 POC Mary P. Cunningham (410)962-3953 1. CONTRACT INFORMATION: Services are required in support of the mission to assure reliability/survivability of the Command, Control, Communications, Computer and Intelligence (C4I) facilities worldwide. One Indefinite delivery contract will be negotiated and awarded, with a base period of one year and an option period of one year. Individual, fixed-price delivery orders will not exceed $150,000 and the annual ceiling for the base year and the option year is $750,000.00. a. 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 99-661. A minimum of 25% of the total planned subcontracting dollars shall be placed with small business concerns. At least 5 percent of total planned subcontracting dollars shall be placed with small disadvantaged businesses, including Historically Black Colleges and University or Minority Institutions, and 5 percent with women-owned businesses. The plan is not required with this submittal. 2. PROJECT INFORMATION: The selected contractor will provide site visits, engineering studies, testing and evaluating concepts, system parameters and utilities/facilities systems; 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 C4I sites; preparation of studies, manuals, reports and SOP's pertaining to operations and maintenance of components/systems at C4I sites; analysis of data to determine/recommend projects to improve reliability/availability/survivability to include reliability/availability comparative analysis by a computer reliability program; engineering and mathematical/statistical analysis/evaluations related to utility, facility, equipment and component systems; performing life cycle cost analyses for recommended projects; preparation of project documents; preparation of DD 1391's, PDB's and PB's analysis and evaluation of reliabiliy data on systems and components found at C4I facilities; 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. All work performed or products developed under this contract will consider and comply with environmental, health, safety and technical standards/guidelines. 3. SELECTION CRITERIA: The criteria which will be the basis for selecting firms are identified in Numbered Note 24. Additional special criteria include the following: a. Specialized experience and technical competence in all engineering disciplines: electrical, electronic, mechanical) related to C4I facilities. Other selection criteria will include demonstrated past experience and capability in the type of work described above. In addition to the critical engineering disciplines, the AE shall have capabilities for all engineering including High altitude Electromagnetic Pulse (HEMP) AND TEMPEST, NBC and Blast protection, Computer capabilities for reliability analyses, experience using reliability calculation software such as GO or RAMP and analyzing results and CAD. Firms considered must demonstrate past performance on Government contracts in terms of cost control and meeting established scheduled. Firms must have personnel who will do the work with TS, SCI clearance. Firms shall be capable of providing final products in reproducible hard copy and on floppy disks. Narrative reports shall be in Word Perfect 6.0 and easily read by an IBM compatible AT computer. Drawings shall be in AutoCad, Intergraph or other specified CAD system on 3.5 inch, 1.44M disks. b. Qualified personnel: The evaluation will consider education, training, registration, overall and relevant experience, and longevity with the firm. c. Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. d. Capacity to perform multiple delivery orders concurrently. The evaluation will consider the experience of the firm and any consultants in similar size projects, and the availability of an adequate number of personnel in key positions. e. Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. f. Volume of DoD contact awards in the last 12 months as described in Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submissions requirements. Interested firms having the capabilities to perform this work must submit one copy of SF 255 (11/92 Edition) and one copy of SF 254 (11/92 Edition) for the prime firm and all consultants, to the address below, not later than the close of business on the 30th day after 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. Include the firm's ACASS number in SF 255, Block 3b. For ACASS information, call 503-326-3459. Street address: City Crescent Building, ATTN: Mary P. Cunningham, Room 7000, 10 South Howard Street, Baltimore, Maryland 21201. Technical questions should be directed to Peyton Hale (703) 355- 8067. This is not a request for proposal. (0279)

Loren Data Corp. http://www.ld.com (SYN# 0010 19951010\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page