|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 7,1996 PSA#1717USAED, KANSAS CITY, 757 FEDERAL BUILDING, 601 E 12TH STREET, KANSAS
CITY MO 64106-2896 C -- KC-135 FLIGHT SIMULATOR MCCONNELL AIR FORCE BASE, KANSAS SOL
DACA41-97-R-0003 DUE 120496 POC Contract Specialist Georgann Butler
(816) 426-5542 (Site Code DACW41) The contract will be for the design
of the KC-135 Flight Simulator at McConnell AFB, Kansas. The project is
authorized by Design Directive dated 960912, Job Series MCCONNELL AFB
KS FY97-DR006. The estimated contract amount is $400,000.00. CONTRACT
INFORMATION: The contract will will include preparation of contract
drawings and specifications, design analysis, energy analysis, and
detailed construction cost estimate. The contract may include
engineering and design during construction, shop drawings review, and
as-built drawing service. The project currently has a concept design
(10%). The designer will take the concept design thru completion. A
firm fixed price contract will be negotiated. The anticipated contract
award is January 1997 with design completion in July 1997. The
contract duration is estimated to be four years (design thru as-
builts). PROJECT INFORMATION. The KC-135 Flight Simulator facility will
house two full motion KC-135 flight simulator, associated hydraulic
areas, computer room, briefing rooms, training rooms, administration
areas and associated support facilities. The facility is programmed for
1200 square meters. The project also includes some site development for
utilities and parking. An interior design package to include interior
finishes and furnishings of the briefing rooms, training rooms and
administration areas. The estimated construction cost is between
$1,000,000.00 and $5,000,000.00. SELECTION CRITERIA. Selection will be
based on the following criteria in priority as listed. Items e thru g.
will only apply as a tie breaker. a. Professional Capabilities. (1)
Responding firms shall demonstrate capability in these primary
disciplines; architectural, interior design, structural, mechanical,
electrical,civil and fire protection specialist. (2) Professional
registration of lead designers. b. Specialized experience and technical
competence. In Block 8, cite whether the experience is that of the
prime (or joint venture), consultant or an individual. Work cited that
is experience of the prime (or joint) from an office other than that
identified in Block 4 be so labeled. Specific specialized experience
includes experience similar to that stated above in project and the
following: (1) Specific knowledge regarding design of flight simulators
for the US Air Force. (2) Quality management procedures. Include a
proposed organizational chart and a narrative description of how the
quality management procedures will function in Block 10 of SF255. (A
detailed quality control plan will be submitted by AE as part of the
negotiations process.) (3) Experience in preparing drawings compatible
with AutoCadd version 12 or higher. (4) Experience with similar
projects in the Wichita, Kansas area. c. Past performance on DOD and
other contracts with respect to cost control, quality of work, and
compliance with performance schedules d. Capacity to initiate design
and complete within the time parameters of the project. e. Location of
firm in general geographical area of the project. f. Extent of
participation. Large businesses will be expected to place subcontracts
to the maximum practical extent with Small and Small Disadvantaged
firms in accordance with Public Law 95-507. This plan is not required
with the submittal, but changes to the design team may require
reconsideration by the Selection Board and must be approved prior to
award to any large business. Of the subcontract amount goals assigned
to the KCD are 60.3% for small business, 9.8% for small disadvantaged
business 2.9% for women-owned small business concerns. Small
Disadvantaged Business Goals of less than 5% must be approved two
levels above the Contracting Officer, pursuant to DOD FAR Supplement
219.705-4. For informational purposes, the small business size for this
solicitation is one where the average annual receipts of the concern
and its affiliates for the preceding three (3) fiscal years does not
exceed $2.5 million, the Standard Industrial Classification Code (SIC)
is 8712. g. Volume of DOD contracts awarded in the last 12 months to
the prime A-E firm. In Block 10 of the SF 255, responding firms should
cite all contract numbers, award dates and total negotiated fees for
any DOD contract awarded within the last 12 months to the office
expected to perform this work. Please indicate all task orders awarded
your firm by DOD agencies within the last 12 months under an
indefinite delivery type contract, regardless of the award date of the
contract itself. Indicate date of task orders and fee for each.
Modifications to contracts or task orders which were awarded prior to
the last 12 months need not be listed. SUBMITTAL REQUIREMENTS.
Interested firms having the capabilities to perform this work must
submit and SF255 to the address listed below no later than close of
business (4:00 PM 4 December 1996 Kansas City time). Each
firm/consultant listed within the SF 255 must have a current SF 254
(submitted within the last 12 months) on file with the Corps of
Engineers, or one must be submitted with this package. Solicitation
packages are not provided. This is not a request for proposal. Submit
responses to: U.S. Army Engineer District, Kansas City ATTN:
CEMRK-CT-M/Murray, 757 Federal Building, 601 E. 12th Street, Kansas
City, Missouri 64106-2896. QUESTIONS. Questions of a technical nature
should be addressed to Edgar Ray at 816-426-3275 and those of a(0310) Loren Data Corp. http://www.ld.com (SYN# 0006 19961106\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|