Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 2,1999 PSA#2400

DA, Tulsa District, Corps of Engineers, 1645 South 101st East Avenue, Attn: CESWT-CT, Tulsa, OK 74128-4609

C -- FIXED-PRICE ARCHITECT-ENGINEER CONTRACT FOR PREPARATION OF REQUEST FOR PROPOSAL SOLICITATION FOR FY01 DEPOT CORROSION CONTROL STRIP FACILITY AT TINKER AIR FORCE BASE, OKLAHOMA SOL DACA56-99-R-0025 DUE 090399 POC Jack Schaefer, Contracting Division, 918/669-7041 1. CONTRACT INFORMATION: A firm fixed-price contract will be negotiated for Architect-Engineer Services to prepare a request for proposal (RFP) solicitation for a FY01 Depot Corrosion Control Strip Facility. Delivery method for this project will be two-phase design/build. Required design services consist of all work related to the preparation of preliminary plans, performance-based specifications, construction cost estimates, surveys, studies, and applicable permit applications. This procurement is unrestricted. The anticipated contract award date is October 1999. All responders are advised that this requirement may be canceled or revised at any time during the solicitation, evaluation, selection, and negotiation, final award date may vary, and final completion date may vary. The selected firm will not be allowed to be part of the Design/Build team for any offerors. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan onthat part of the work it intends to subcontract. For your information, the subcontracting goals for Tulsa District are 65% for small business, 10% for small disadvantaged business, and 5% for woman-owned business. The plan is not required with this submittal. 2. PROJECT INFORMATION: The project consists of a 5,065 square meter one-bay facility capable of accomplishing aircraft paint stripping operations on B-1, B-52, C/KC-135, E-3, B-2, and E-6 military aircraft. The facility shall incorporate the most modern paint stripping technologies, environmental controls, and also eliminate the use of methylene chloride as a stripping agent. Paint strip technologies for this facility shall include, but are not limited to, abrasive dry media stripping capability (i.e., wheatstarch and Poly Media Lite) for B-1 and B-2 aircraft and non-Hazardous Air Pollutant (non-HAP) chemical stripping capability for B-52, C/KC-135, E-3, and E-6 aircraft. Supporting systems and items include utilities, lighting, site improvements, industrial waste pretreatment, fire suppression, overhead work platforms, ventilation, particulate controls, and other necessary support. Estimated construction cost for this project is between $10M and $15M. Metric scale is required on design and construction drawings. Selected A-E will be required to produce CADD drawings compatible with MicroStation software (5.0 or higher) of Bentley Systems. 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria in descending order of importance are: A. Experience: 1. Specialized recent experience and technical competence of the A-E firm and/or consultants in the design or construction/installation oversight of similar industrial aircraft facilities with emphasis on application of abrasive media stripping systems for paint removal on large military aircraft. 2. Experience in the preparation of RFPs for design/build contracts. 3. Designing within cost limitations. 4. Design Quality management procedures -- coordination between disciplines and subcontractors. 5. Comparable experience of disciplines and subcontractors. 5. Comparable experience of the firm and consultants on projects completed within the last five years will be given the greatest weight. B. Past Performance on DoD and other Contracts with respect to cost control, quality of work, compliance with delivery schedules, history of working relationships with consultants, and overall cooperativeness and responsiveness. C. Qualified registered professional personnel with experience in the following disciplines: project management, architecture, electrical, mechanical, fire protection, civil, structural, cost estimating, geotechnical, and surveying. Particular focus will be on the qualifications of the personnel with relevant experience on similar projects. D. Knowledge of probable site locality and conditions, materials and supplies availability, and applicable regulatory requirements. E. Sufficient capacity to complete the RFP by March 2000. F. Volume of DoD contract awards in the last 12 months as described in Note 24. 4. SUBMITTAL REQUIREMENTS: See Note 24 for general submittal requirements. Interested firms having the capabilities to perform this work must submit one copy of SF 255 (and a SF 254 for the prime firm and all consultants) to the above address no later than 4:30 p.m. on 3 September 1999. Solicitation packages are not provided. This is not a request for proposal. The SF 255 should specifically address the requirements of this announcement. Responding firms are requested to clearly identify those tasks to be performed in-house and at what office, and those tasks to be subcontracted and at what office. Responding firms are requested to provide the names and telephone numbers of clients as references in their three most recent facility designs from Block 10. Also in Block 10 of the SF 255 describe the firm's project-specific design quality control plan, including coordination with subcontractors. Cover letters and extraneous material are not desired and will not be considered. Personal visits to discuss this contract will not be scheduled. Posted 07/29/99 (W-SN360621). (0210)

Loren Data Corp. http://www.ld.com (SYN# 0025 19990802\C-0011.SOL)


C - Architect and Engineering Services - Construction Index Page