|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 8,1996 PSA#1718USPFO for Washington, ATTN: Contracting Office, Bldg 32, Camp Murray,
Tacoma, WA 98430-5170 C -- UPGRADE OF KC-135 FLIGHT LINE FACILITIES SOL DAHA45-97-R-0002 POC
Contract Specialist, Joan L. Dobesh, 206/512-8311 A&E services for the
design of Upgrade of KC-135 Flight Line Facilities at Fairchild AFB,
WA, for the Washington Air National Guard. Required services include
developing a design analysis, plans, drawings, specifications, cost
estimates, life cycle cost analysis, economic analysis and other
documents essential to the project plus, Type C, Inspection services.
The items listed are the significant evaluation factors and are listed
in order of relative importance. Criteria forming basis for selection
will include, but not be limited to: (1) Professional qualifications
necessary for satisfactory performance of required services; (2)
Specialized experience and technical competence in the type of work
required; (3) Capacity to accomplish the work in the required time; (4)
Past performance on contracts with Government agencies and private
industry in terms of cost control, quality of work, and compliance with
performance schedules; (5) Location in the general geographical area of
the project and knowledge of the locality of the project; (6)
Demonstrated success in prescribing the use of recovered materials and
achieving waste reduction and energy efficiency in facility design.
Principals, project officers, project architects and engineers shall be
licensed in their appropriate disciplines. The work will encompass, but
is not limited to architectural, structural, mechanical, electrical,
civil and environmental engineering disciplines to design hangar
extensions for three aircraft maintenance hangars to enclose the tail
and boom sections of KC-135 aircraft; design an AFFF system for one of
the three hangars and extend the systems in the other two hangars for
protection in the additions; and upgrade one hangar's ventilation
system to provide the requirements for an aircraft corrosion control
facility. If a large business concern is awarded this contract, a
subcontracting plan will be required in accordance with FAR 19.7.
Please state in Block 4, Page 4 of the SF 254 the size status of your
firm. The prime firm and major consultants shall be located within a 30
mile radius of Fairchild AFB, WA. Specialized consultants not having a
major impact on design or on construction management need not fall
within this criteria. Technical questions may be directed to the Base
Civil Engineer, Major Robert Aunan, at Fairchild AFB, 509-247-7352.
This will be a firm fixed price A&E contract. The estimated
construction is between $5 million and $10 million. Firms desiring
consideration shall submit a current SF 254 and SF 255 to the above
USPFO for Washington address. The prime contractor's submittal must
include a SF 254 and SF 255 for each of the consultants that will be
used on this project. Submittals shall be received no later than 4:00
p.m. local time, 30 days after publication of this synopsis. This is
not a request for proposal. (0311) Loren Data Corp. http://www.ld.com (SYN# 0017 19961107\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|