Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17,1996 PSA#1681

USPFO FOR ARIZONA (W61LP3), ATTN: PURCHASING & CONTRACTING, 5644 E. MORELAND ST. BLDG 800, PHOENIX AZ 85008-3442

C -- A-E SERVICES AND PLANS AND SPECIFICATIONS FOR FY 1998 MCON PROJECT P-112, TRIDENT I (C4) MOTOR STORAGE FACILITIES MODIFICATIONS AT CAMP NAVAJO, BELLEMONT, ARIZONA SOL DAHA02-96-R-0011 DUE 101596 POC Contract Specialist ENRIQUE RIVERA (602) 267-2831 Contracting Officer LTC JAMES E. COBB (602) 267-2841 (Site Code DAHA02) The Arizona Army National Guard is seeking Architectural and Engineering Services for the design and preparation of plans and specifications to be used for the purpose of bidding on the modification of 27 motor storage igloos at Camp Navajo, Bellemont, Arizona. 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. This plan should reflect a minimum 5% small disadvantaged business of the amount to be subcontracted. The contract will be negotiated and awarded on the basis of both engineering documentation and design services. The project will consider the igloo modifications design developed under MILCON Project P-111, USPFO Contract DAHA02-95-D-0001. Only authority for synopsis, slate, and selection is available at this time. The work will consist of, but is not limited to: providing modification of twenty-seven earth covered igloo magazines, including the provision of a new larger motorized blast door, new headwall, waterproofing and insulation, replacing earth cover, lightning protection, power, provisions for environmental monitoring control and intrusion detection system, grounding, new mechanical equipment room, new apron and the extension of the existing primary electrical distribution services to the twenty-seven igloo magazines requiring modification. The estimated construction cost is between $10,000,000 and $15,000,000. 2. PROJECT INFORMATION: Specifications will be required in the SPECSINTACT format. The estimated start date is January 1997. The estimated design completion date is October 1997. A-E Selection criteria will include (in order of importance): (1) Professional qualifications of the staff assigned to this project in the design of motor storage facilities (including headwall design, insulation, waterproofing systems and motorized blast doors), lightning protection, geotechnical analysis, and electrical distribution services. List only the team members who actually will perform major tasks under this project, including length of service with the firm. Qualifications should reflect the individual's contributions to this project. (2) Recent specialized experience of the firm (including consultants) in the design of motor storage facilities for solid fuel propellant rocket motors (including headwall design and familiarity with NAVFAC P-397 and NAVSEA OP-5, insulation, waterproofing systems and motorized blast doors), lightning protection, geotechnical analysis, and electrical distribution services. (3) Capacity to accomplish the work in the required time. Indicate the firm's present workload and the availability of the project team (including consultants) for the specified contract performance period, and indicate specialized equipment available and prior security clearances. (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Indicate by briefly describing internal quality assurance/quality control procedures and cost control procedures. Capability of team organization and ability to show demonstrated estimate accuracy in ranges well within final construction cost. Indicate effectiveness by listing owner's preliminary budget estimate, A-E's revised preliminary estimate, final A-E estimate, construction award amount and percentage differential, and construction change order rate, for up to five recent projects. List recent awards, commendations and other performance evaluations (do not submit copies). (5) Location in the general geographic area of the project and knowledge of the locality of the project (provided that the application of this criterion leaves an appropriate number of firms, given the nature and size of this project). (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. (7) List the small or disadvantaged or woman-owned business firms used as primary consultants or as subcontracts. Those firms which meet the requirements described in this announcement and wish to be considered, must submit one copy each of a SF-254 and SF-255 for the firm and a SF-254 for each consultant listed in block 6 of the firm's SF-255. One copy of the submittal package is to be received in this office no later than 4:00P.M. Mountain Time on the due date indicated above. Submittal received after this date and time will not be considered. Standard Industrial Classification for this action is 8712. Additional information requested of applying firms: indicate solicitation number in block 2b; CEC (Contractor Establishment Code) and/or Duns number (for the address listed in block 3), and TIN number in block 3; telefax number (if any) in block 3a; and discuss why the firm is especially qualified based on the selection criteria in block 10 of the SF-255. For firms applying which have multiple offices, indicate the office which completed each of the projects listed in block 8, and list which office is under contract for any contracts listed in block 9. Use block 10 of the SF-255 for any additional information desired. SF-255's shall not exceed 30 printed pages (double-sided counts as two pages - organizational charts and photographs excluded - exception: photographs with text will be considered as a page). All information must be included on the SF-255 (cover letter, other attachments, and pages in excess of the 30-page limit will not be included in the evaluation process). Firms not providing the requested information in the format directed by this synopsis (i.e. listing more than a total of 10 projects in block 8; not providing a brief description of the quality control plan; not listing which office of multiple office firms completed projects listed in block 8, etc.) may be negatively evaluated under selection criteria. Firms, their subsidiaries or affiliates, which design or prepare specifications for a construction contract or procurement of supplies cannot provide the construction or supplies. This limitation also applies to subsidiaries and affiliates of the firm. Personal interviews may not be scheduled prior to selection of the most highly qualified firm. This is not a request for proposal. Telegraphic or facsimile SF-255's will not be accepted. Site visits will not be arranged during the submittal period. See numbered note: 24.(0257)

Loren Data Corp. http://www.ld.com (SYN# 0018 19960916\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page