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