Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 7,1997 PSA#1818

U. S. Army Engineer District, Savannah, P.O. Box 889, Savannah, Georgia 31402-0889

C -- INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR ELECTRICAL DISTRIBUTION SYSTEMS STUDIES, ACC-WIDE -- CONUS POC Robert Callahan, 912/652-5246 1. CONTRACT INFORMATION: The U.S. Army Corps of Engineers, requires the services for an Indefinite Delivery Indefinite Quantity Contract for Electrical Distribution Systems Studies on Air Combat Command (ACC) Bases in CONUS. The contract is anticipated to be awarded in September 1997. The contract will consist of a basic ordering period and two option periods, each period not to exceed one year, for a total of three years. The ordering period will be for one year or whenever the Contracting Officer determines the ordering period is over. The total of all task orders during each ordering period may not exceed $500,000. Individual task orders may not exceed, $500,000. The total amount of the contract over the three year ordering period may not exceed $1,500,000. This announcement is open to all firms regardless of size. Large business offerors must identify subcontracting opportunities with small, small disadvantaged and women owned small businesses on SF 255. If selected, the large business offeror willbe required to submit a small/small disadvantaged & women owned subcontracting plan in accordance with FAR 52-219.9 and DFARS 219.704/705 as a part of the Request for Proposal package. The following subcontracting goals are the minimum acceptable goals to be included in the subcontracting plan. OF THE SUBCONTRACTED WORK, 60% to SMALL BUSINESS, 10% TO SMALL DISADVANTAGED BUSINESS (A COMPOSITE OF SMALL BUSINESS), 5% TO WOMEN-OWNED BUSINESS (A COMPOSITE OF SMALL BUSINESS). Large business firms that intend to do any subcontracting must convey their intent to meet the minimum subcontractor goals on the SF 255, Block 6. Written justification must be provided if the minimum goals cannot be provided. For additional information concerning SUBCONTRACTING PLAN requirements, please contact Ms. Leila Hollis, Contract Specialist, at 912/652-5105. **** 2. PROJECT INFORMATION: Task orders to be issued under this contract will be used for, but not limited to, analyzing the present and future demand on existing primary electrical distribution systems, analyzing the impact of planned future construction and demolition projects on existing systems, and recommending systems maintenance and repair projects for immediate problem solutions as well as major systems upgrades and construction projects designed to better serve various Air Combat Command bases in their entirety. Cost estimates and single line sketches of recommended projects will be required. Design of more complex projects may be required. Metering of existing systems, field surveys of each feeder in their entirety, and updates to existing electrical systems mapping may also be required. Preparation of Air Force construction programming documentation may be required. The work is to be conducted under the supervision of a Registered Professional Electrical Engineer well experienced in primary electrical distribution systems analysis. The construction estimates for this contract shall be prepared using the latest version of IBM/MS-DOS/MS-WINDOWS compatible TRACES (Tri-Service Automated Cost Engineering System) and MCACES (Micro Computer Aided Cost Engineering System) softwares. The software, user manuals, databases, and specific instructions will be provided by the Savannah District for use on this contract. **** 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in descending order of importance. Criteria a-e are primary. Criteria f-g are secondary and will only be used as "tie-breakers" among technically equal firms. **** a. Specialized experience and technical competence in: 1) Inspections and analysis of existing primary electrical distribution systems. 2) Planning and design of primary electrical distribution systems. 3) Programming for electrical distribution systems. 4) Cost estimating using TRACES and MCACES software. **** b. Past performance on DoD and other contracts with respect to cost control, quality of work and compliance with performance schedules. **** c. Capacity to accomplish two simultaneous task orders and provide staff in the following disciplines: electrical engineers, civil engineers and cost engineering/estimators. These disciplines MUST be shown in BLOCK 4 of SF 255. Please disregard the "to be utilized" statement at Block 4 of SF 255 and show the total strength of each discipline; **** d. Professional qualifications of key management and professional staff members for disciplines shown in c. above. **** e. Design experience with use of recovered materials. **** f. Degree of participation of SB, SDB, WOB, HBCU or MI as prime contractor, subcontractor or joint venture partner; **** g. Volume of DoD contract awards in the last 12 months as described in Note 24; **** 4. SUBMISSION REQUIREMENTS: Interested firms having capabilities to perform this work must submit one (1) copy of SF 255 (11/92 edition) for PRIME and one (1) copy of SF 254 (11/92 edition) for prime and all consultants, to the following address: U.S. ARMY ENGINEER DISTRICT, SAVANNAH, ATTN: CESAS-EN-EA, 100 WEST OGLETHORPE AVENUE, SAVANNAH, GA 31401-3640 not later than the close of business 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 Block 3b of SF 255. For ACASS information, call 503/326-3459. No faxed submittals will be accepted. Cover letters and extraneous material (Brochures, etc.) are not desired and will not be considered. **** PHONE calls are discouraged unless absolutely necessary. **** PERSONAL visits for the purpose of discussing this announcement will not be scheduled. **** THIS IS NOT A REQUEST FOR A PROPOSAL. (0093)

Loren Data Corp. http://www.ld.com (SYN# 0040 19970407\C-0015.SOL)


C - Architect and Engineering Services - Construction Index Page