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