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