Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 13,1995 PSA#1366

Department 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