|
COMMERCE BUSINESS DAILY ISSUE OF JULY 30,1999 PSA#2399HQ AFMC/CECY, Area A, Bldg 266, Room A107 4225 Logistics Ave WPAFB OH,
45433-5746 C -- ARCHITECT-ENGINEER SERVICES FOR TECHNICAL FACILITIES AND SYSTEMS
TO SUPPORT ROYAL SAUDI AIR FORCE PEACE SUN IX AND OTHER PROGRAMS SOL
AERSAF DUE 083099 POC Prog Mgr Mr. Mike Hassan, Buyer Michael
Kittles,(937)257-1828, (937)257-7298 EXT 4083 WEB:
AERSAF-ARCHITECT-ENGINEER SERVICES FOR TECHNICAL FACILITIES,
http://www.pixs.wpafb.af.mil/pixslibr/AERSAF/AERSAF.asp. E-MAIL:
Mohamad.Hassan@wpafb.af.mil, KITTLESM@afsac.wpafb.af.mil,
Mohamad.Hassan@wpafb.af.mil, KITTLESM@afsac.wpafb.af.mil. Background "
PLEASE GO TO www.pixs.wpafb.af.mil TO VIEW COMPLETE SYNOPSIS.
ARCHITECT-ENGINEER SERVICES FOR TECHNICAL FACILITIES AND SYSTEMS TO
SUPPORT THE ROYAL SAUDI AIR FORCE PEACE SUN IX AND OTHER PROGRAMS.
Architect-Engineer Services (includes Title I & II) for technical
facilities and systems to support the Royal Saudi Air Force (RSAF)
Peace Sun IX and other programs. Preparation of plans, specifications,
cost estimates, design and construction schedules, requests for
proposal documents required to procure competitive proposals for
construction, and Title II services to provide quality assurance
inspections of construction contracts (including on-site construction
monitoring/inspections), review of critical path method (CPM)
scheduling system, administrative support, contracting support for
government administration of separate construction contracts, and
technical assistance (review of construction contractor payment
invoices, change orders, requests for information, preparation of
comparative cost estimates, technical advice, scheduling, etc.) to
support the USAF to provide effective Facility Construction Program for
the Royal Saudi Air Force programs. The facility program effort
consists of, but is not limited to, modifications, alteration and new
construction of facilities such as: squadron operations, flight
simulators, engine shops, maintenance hangars with back shops, engine
test stands, housing, training facilities, munitions storage, rapid
runway repair center, aeromedical facilities, and other F-15 aircraft
maintenance facilities. Additional requirements include water, sewer,
electrical and communication systems, and other services such as
interior layout including furniture and equipment. Aircraft support
equipment is excluded. Effort will be at various locations in The
Kingdom of Saudi Arabia. Interested firms or joint ventures should have
recent design experience of similar facilities and systems to include
experience in structural design; power generation, transmission, and
distribution; HVAC; planning (site, installation and project);
maintenance facilities; housing; training facilities; and medical
facilities. Significant evaluation factors and relative order of
importance: 1. Professional qualifications, knowledge, and unique
experience of staff to be assigned to this project during the Title I
and II phases. 2. Experience of the firm or joint venture on prior
related projects. 3. Availability of sufficient staff to accomplish a
program of this scope under an accelerated design schedule. 4.
Experience with facility projects in Saudi Arabia. 5. Present and
projected workload for CONUS/Saudi Arabia and proof of ability to work
in The Kingdom of Saudi Arabia. 6. Previous experience in work
performed for the U.S. DoD. Estimated start date is Feb 2000 with a
projected completion in Feb 2005. The top five contenders will be
invited to make a personal presentation of their qualifications. Firms
which meet the requirements described are invited to submit completed
Standard Forms 254 and 255, U.S. Government Architect-Engineer
qualifications, to the office shown below, within thirty calendar days
from the date of this announcement. Submittals must be received at the
address noted below by the close of business on the closing date.
Respondents may supplement their submittal with graphic material and
photographs, which best demonstrate the capabilities of the team that
would be assembled for this project. This is a formal announcement.
Funds and authorization are not presently available; therefore, award
to the selected firm or joint venture may be held in abeyance pending
funds receipt from the Saudi Arabian Government. This is not a request
for proposal. Submit to: HQ AFMC/CECY, ATTN: Mr. Mike Hassan, Bldg 266
Room A107, 4225 Logistics Ave, Wright-Patterson AFB, OH 45433-5746. Mr.
Stephen J. Plaisted has been appointed as Ombudsman to hear concerns
from offerors, or potential offerors, during the proposal development.
The purposes of the Ombudsman is to communicate contractor concerns,
issues, disagreements, and recommendations to the appropriate
government personnel. Existence of an Ombudsman does not diminish the
authority of the program director or the contracting officer.
Accordingly, the Ombudsman does not participate in the preparation of
solicitations, the evaluation of proposals or the source selection
process and, therefore, for routine matters on individual
solicitations, please contact the buyer at the telephone number listed
above. When requested the Ombudsman will maintain strict
confidentiality as to the source of the concern. Should you desire to
contact the Ombudsman, Mr. Plaisted can be reached at (937) 255-9095,
DSN 785-9095. His address is 1790 10th Street, Room 208, Wright
Patterson AFB, OH 45433. " Posted 07/28/99 (D-SN359996). (0209) Loren Data Corp. http://www.ld.com (SYN# 0021 19990730\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|