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