|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 13,1995 PSA#1366Department of the Army, Baltimore District, Corps of Engineers, P.O.
Box 1715, Baltimore, MD 21203-1715 C -- ARCHITECT ENGINEER SERVICES ARE REQUIRED FOR AN INDEFINITE
DELIVERY-TYPE (CORROSION ENGINEERING/CATHODIC PROTECTION CONTRACT FOR
CENTER FOR PUBLIC WORKS SOL DACA31-95-R-0075 POC Charlene V Brown,
(703)805-2987, Contracting Officer, Marie E Raglind, (703)805-2970
Architect-Engineering services are required for corrosion
engineering/cathodic protection projects, as directed by U. S. Army
Center for Public Works, Alexandria, VA to support Army Directors of
Public Works, Worldwide. The selected firm will be required to conduct
training worshops, technical evaluations and investigations; obtain
data, perform studies and furnish drawings, specifications, reports,
cost estimates, and other documents on corrosion issues that are
encountered in the operation and maintenance of U. S. Army
installations. The corrosion engineering problems will include cathodic
protection and other corrosion mitigation issues associated with the
following types of utility systems: natural gas, steam, hot water, and
other HVAC distribution; underground and above ground fuel storage and
distribution; and water storage facilities (some elevated). Corrosion
engineering problems will include design and planning of corrosion
mitigation systems and programs. The Architect-Engineer shall habe the
capability to perform the following tasks: 1) Develop corrosion
mitigation systems plans and designs for Army utility systems; 2)
prepare reports which will review, evaluate, and provide
recommendations for improving existing corrosion mitigation systems and
program, and for designing and implementing new system and program.
Evaluations shall include review of: a) testing records; b) utility
system histories; c) monthly and annual reports; d) testing and
maintenance procedures; e) federal, state, local, and Army regulatory
requirements; 3) develop corrosion mitigation and cathodic protection
training materials for managers, supervisors, and operators; 4) perform
electrochemical test on soils and CP equipment at all appropriate
locations necessary to fully determine the performance of existing CP
systems and to develop design parameters for new CP systems; 5) install
software for the monitoring of CP systems, and build the data base with
initial data; 6) perform inspection so coatings and to determine
coating integrity, condition, and quality; 7) evaluate the condition of
piping and other metallic components of utility systems to determine
rate and type of corrosion occurring; 8) prepare cost/ benefit analyses
including comparative analyses of CP systems, piping materials, coating
and linings; 9) develop, revise, print, and distribute regulations,
manuals, and other documents dealing with corrosion mitigation.
Contract will be for a 12-month period and will contain an option to
extend for 12 additional months. Cumulative total of contract award
shall not exceed $750,000.00 per year. Individual delivery orders for
contract shall not exceed $150,000.00. Subcontracting Plan
Requirements: If the selected firm is a large business concern, a
subcontracting plan with the final fee proposal will be required,
consistent with Section 806 (b) of PL 100-180, PL 95-507, PL 99-661 and
PL 100-656. A minimum of 25% of the total planned subcontract dollars
shall be place with small business concerns. At least 5% of total
planned subcontracting dollars shall be placed with small disadvantaged
businesses, historically Black Colleges and Universities or Minority
Institutions. At least 5% of total planned subontracting dollars shall
be placed with women-owned businesses. SF 255 must be submitted for
prime and joint ventures. SF 254 must be submitted for prime, joint
ventures, and consultants. The 255 and 254 shall clearly indicate the
staffing of the office(s) shown to do the work. If a firm as more than
one office, Paragraph 7c of the 255 shall show the office location of
each staff member. Responses to this announcement received with 30
days from the date of this issue will be considered for selection. See
numbered Note 24. Street address: City crescent Building, Attn:
Charlene V Brown, Room 7000, 10 South Howard Street, Baltimore,
Maryland 21201. This is not a request for proposal. (0160) Loren Data Corp. http://www.ld.com (SYN# 0026 19950612\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|