Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 10,1997 PSA#1821

U.S. Army Engineer District, Alaska, ATTN: CENPA-EN, Room 250, P= .O. Box 898, Anchorage, AK 99506-0898 (Physical Address: Bluff & Plum Street= s, Building 21-700 (Rm. 250), Elmendorf AFB, AK 99506-0898)

C -- POTENTIAL ARCHITECT-ENGINEER SERVICES CONTRACT FOR HYDRANT FUE= L SYSTEMS AND FUEL RELATED PROJECTS, VARIOUS LOCATIONS, ALASKA SOL DACA85-97-R-0015 POC Point of Contact -- Administrative Inquiries: Ms. Michelle Mande= l, 907/753-5633 or Technical Inquiries: Mr. Charles H. Hiff, 907/753-5612, Contracting Officer; Ms. Gail West 1. CONTRACT INFORMATION: The purpose of this soliciation is to ga= ther submittals from firms interested in the type of work and services related= to various types of fueling systems/facilities. We anticipate selecting at elast three AE=92s for upcoming projects. These are in support of the Al= aska District=92s assigned military design program in various fiscal years. T= his will be the only announcement for the next 12 months from the date of thi= s soliciation unless a project is identified during that time which has significantly different features than described below. The estimated construction cost may range from $1,000,000 to greater than $10,000,000. = No firm may receive more than one contract from this announcement. All responders are advised that this project may be canceled or revised at an= y time during the soliciation, selection, evaluation, negotiation and final award. This announcement is open to all businesses regardless of size. = If a large business is selected and the AE contract is expected to exceed $500,000, it must comply with FAR 52.219-9 regarding the requirement for subcontracting plan for that part of the work it intends to subcontract. = The subcontracting goals for the total subcontracted amount of these potentia= l contracts are as follows: 55% to small businesses, 8.5% to small disadvantaged businesses, and 3% to woman-owned businesses. The Alaska District typically performs geotechnical investigations and surveys in-ho= use. This must be taken into consideration when developing your subcontractin= g plan. The subcontracting plan IS NOT required with this submittal. 2. PROJECT INFORMATION: The type of projects will consist of design of Typ= e III, IV, or V hydrant fuel systems and aboveground storage tanks. Other projects may include, but not be limited to, design of fuel distribution pumphouses, truck fill stands, piping, valves, trenching, security fencin= g and lighting, corrosion control and fire protection. Projects may also include design of repairs to fuel distribution systems and preparation of programming studies in regard to fuel distribution systems and infrastructure. Projects may be at local as well as remote sites. Firms= may be required to participate in design charrettes on-site. Firms must be a= ble to accept project related work that required comprehensive asbestos-lead surveys and provide a design that will support the removal, demolition, a= nd disposal of these materials, petroleum, oil and lubricants (POL), and oth= er harzardous materials in accordance with applicable laws and regulations. Some projects may require metric design. The selected AEs will be requi= red to provide drawings on mylar as well as electronic data (Autocad V13) and= use MCACES-Gold (estimating system). The MCACES-Gold program shall be furnis= hed by the Government. 3. SELECTION CRITERIA: The following selection crit= eria heading are listed in descending order of importance. (A) professional personnel in the following disciplines: (weighted equally) (1) minimum in-house requirements are mechanical and electrical engineers; (2) disciplines which may be subcontracted: architecture, structural, civil, cost estimating, hazardous materials, registered fire protection engineer=, corrosion control (must be NACE certified) and landscape architecture. Responding firms MUST address each discipline, clearly indicate which sh= all be subcontracted, and provide a separate SF254 and SF255 for each subcontractor necessary. The contractor shall employ, for the purpose of performing that portion of the contract work in the State of Alaska, individuals who are residents of the State and who, in the case of any cr= aft or trade, possess or would be able to acquire promptly the necessary skil= ls to perform the contract. (This means that work physically completed in t= he state of Alaska (i.e., geotechnical, survey, etc.) must use Alaskan residents. Please contact the Administrative POOCH above if you require further explanation). (B) specialized experience and technical competence= in (descending order of importance): (1) design of medium to large capacity aircraft fueling systems: (2) design of fuel storage and distribution systems; (3) design of corrosion control measures and leak detection for = fuel storage and distribution systems; and (4) design hazardous material redemption; (C) past performance on DoD and other contracts with respect = to cost control, quality of work, and compliance with schedules; (D) capacit= y to maintain schedules; (E) location of the firm in general geographical area= of the projects and knowledge of locality; (F) demonstrated success in prescribing the use of recovered materials and achieving waste reduction = and energy efficiency in facility design. (G) volume of DoD contract awards = in the last 12 months as described in Note 24; and (H) extend of participati= on of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of t= he estimated effort. 4. SUBMISSION REQUIREMENTS: Firms must submit an SF = 254 and SF 255 (1 copy only) and should include: (1) organization of proposed project team, (2) responsibilities and authority of key project personnel=, (3) relationship of project team to overall organization of the firm, (4)= a quality control plan, and (5) in block 8c of the SF 255 include a POC and phone number. The 11/92 edition of the forms MUST be used, and may be obtained from the Government Printing Office, by calling the administrati= ve contact named above, or from commercial software suppliers for use with personal computers and laser printers. Submittals must be received at th= e address indicated above not later than COB (4:00pm Alaska time) on May 9=, 1997. Any submittals received after this date cannot be considered. No additional information shall be provided, and no faxed submittals shall b= e accepted. Solicitation packages are not provided. (0098)

Loren Data Corp. http://www.ld.com (SYN# 0023 19970410\C-0008.SOL)


C - Architect and Engineering Services - Construction Index Page