|
COMMERCE BUSINESS DAILY ISSUE OF MAY 7,1996 PSA#1589U.S. Army Engineer District, Alaska, ATTN: CENPA-EN, P.O. Box 898,
Anchorage, AK 99506-0898 (Physical Address: Bluff & Plum Streets,
Building 21-700 (Rm 250), Elmendorf AFB, AK 99506-0898) C -- ARCHITECT-ENGINEER SERVICES CONTRACT FOR DESIGN TO UPGRADE
BALLISTIC MISSILE EARLY WARNING SYSTEM, CLEAR AS, ALASKA SOL
DACA85-96-R-0019 POC Administrative Inquiries: Ms. June Wohlbach,
907/753-5624 or Technical Inquiries: Mr. David Piening, 907/753-5600,
Contracting Officer: Ms. Gail West 1. CONTRACT INFORMATION: This
announcement is open to all businesses regardless of size. If a large
business is selected for this contract, it must comply with FAR
52.219-9 regarding the requirement for a subcontracting plan for that
part of thework it intends to subcontract. The subcontracting goals for
this contract are a minimum of 60.3% of the contractor's intended
subcontract amount be placed with small businesses, 9.8% of that to
small, disadvantaged businesses, and 2.9% to woman-ownedbusinesses. The
subcontracting plan is not required with this submittal. All responders
are advised that this project may be canceled or revised at any time
during the solicitation, selection, evaluation, negotiation and final
award. Contract award isanticipated for Aug 96. 2. PROJECT INFORMATION:
The BMEWS will remain in operation until the phased array system has
been constructed. The phased array system components are existing and
the design and construction of their installation will becompleted by
others. The new structure to house the phased array system will be
located on top of building 101. This location provides for unobstructed
radar coverage and utilizes the existing structure and utilities
already in or near building 101.Utility capacity in building 101 is
assumed to be adequate to support the phased array system, but there
will be a period when both the BMEWS and the phased array system are in
operation. The demolition of the existing mult-story BMEWS radar
fencesill be designed under this project. Demolition of these fences
shall occur as soon as possible after the phased arrays system is
operational and accepted by the user. Additionally, demolition, to
include asbestos abatement, in building 101 will bedesigned to provide
for relocation of mission control functions. None of the BMEWS
equipment, equipment support or mission control rooms can be utilized
for the new phased array system. The structure to house the phased
array system shall be designedto mount the radar faces and contain
radar support equipment such as heat, cooling, power and rooms for
other support equipment. The area underneath the new structure in the
existing building 101 will house the mission control area and
supportingadministrative functions. The mission control area will
require security and intrusion secutity systems. The design must
accommodate the technical requirement sof the phased array radar
system. This includes; but is not limited to the following. 1.Ensuring
the rigidity of the structure to prevent the distortion of radart
images caused by building movement. 2. Sufficient power generation and
transmission to operate the radar and not cause voltage fluctuation
elsewhere on the site. 3. Cooling forthe radar elements via available
cold water wells or by mechanical means. 4. Protection of interior
building equipment and personnel from arctic climate. 5. Continuous
operation of the BMEWS radar during construction and phase in of the
phased arrayradar system. Hazardous material surveys will be completed
for the asbestos, lead based paint, and PCBs. A member(s) of the
design team shall be familiar with TEMPEST, HEMP, SCIF security systems
and RF shielding techniques. This project is beingconsidered for
design/build or conventional design. The estimated construction cost is
greater than $10,000,000--LOCATION: Clear AS, Alaska. 3. SELECTION
CRITERIA: The following selection criteria headings are listed in
descending order ofimportance: (A) professional personnel in the
following disciplines: (1) minimum in-house requirements is an
architect with 5 years post graduate experience; (2) disciplines which
may be subcontracted: mechanical, electrical, civil, structural,
costestimator, hazardous materials, corrosion control, and fire
protection. Responding firms MUST address each discipline, clearly
indicate which shall be subcontracted, and provide a SEPARATE SF254 and
SF255 for each subcontractor necessary. Thecontractor shall employ, for
the purpose of performing that portion of the contract work in the
State of Alaska, individuals who are residents of the State, and who,
in the case of any craft or trade, possess or would be able to acquire
promptly thecessary skills to perform the contract. (B) specialized
experience and technical competence in: (1) Past experience in the
coordination and design of projects of this size and compexity. (2)
Arctic engineering principles. (3) Experience in buildingrenovations.
(4) Experience in electrical utility upgrades; (C) past performance on
DOD and other contracts with respect to cost control, quality of work,
and compliance with schedules; (D) capacity to maintain schedules; (E)
location of the firm ingeneral geographical area of the projects and
knowledge of locality; (F) volume of DOD contract awards in the last 12
months as described in Note 24; and (G) extent of participation of SB,
SDB, historically black colleges and universities, and
minorityinstitutions in the proposed contract team, measured as a
percentage of the estimated effort. 4. SUBMISSION REQUIREMENTS: Firms
must submit an SF 254 and SF 255 (1 copy only) and should include: (1)
organization of proposed project team, (2)responsibilities and
authority of key project personnel, (3) relationship of project team to
overall organization of the firm, (4) a quality control plan, and (5)
in block 8c of the SF 255 include a POC and phone number. The 11/92
edition of the formsMUST be used, and may be obtained from the
Government Printing Office, by calling the administrative contact named
above, or from commercial software suppliers for use with personal
computers and laser printers. Submittals must be received at theaddress
indicated above not later than COB (4:00 pm Alaska time) on the 30th
day from the date of this announcement. If the 30th day is a Saturday,
Sunday, or Federal holiday, the deadline is the close of business of
the next business day. Anysubmittals received after this date cannot be
considered. No additional information shall be provided, and no faxed
submittals shall be accepted. Solicitation packages are not
provided.(0124) Loren Data Corp. http://www.ld.com (SYN# 0019 19960506\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|