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