|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 6,1999 PSA#2489USPFO for Virginia, Attn: VAPFO-P, Building 316, Ft. Pickett,
Blackstone, VA 23824-6316 C -- ARCHITECT-ENGINEER SERVICES FOR DESIGN OF MULTI-PURPOSE RANGE
COMPLEX AT FORT PICKETT, VIRGINIA DUE 011000 POC SGM George W. Herndon,
III, Supervisory Contracting Officer, 804 298 6210; LTC Don Andreotta,
804 298 6208 E-MAIL: Click here to contact the contracting officer
via, herndong@va-arng.ngb.army.mil. Architect-Engineer services to
design a two lane, multipurpose range complex -- heavy at Fort Pickett,
Blackstone, Virginia; Fort Pickett is located approximately 35 miles
southwest of Petersburg, Virginia. The complex will support tanks,
infantry fighting vehicles, and infantry soldiers in moving,
stationary, and defilade positions. Targets will be computer
controlled, stationary, and moving to support small and large bore
weapons through 120 MM. Targets will be hardwired for control and power
in the initial design criteria. The A/E firm will be tasked to provide
life-cycle cost comparisons for hardwired versus radio control and to
research the marketplace and conduct trade-off studies for other cost
effective, state-of-the-art alternatives. Targets and target array
will meet the requirements of Field Manual 17-12-1, "Tank Gunnery,
Abrams," and Field Manual 23-1, "Bradley Fighting Vehicle Gunnery."
Criteria included in HNDM-1110-1-6, "Multipurpose Range Complex for the
U.S. Army Corps of Engineers," dated September 1988, will be used for
the overall design of this complex. This complex will be designed to
support the follow-on installation of remote engagement target systems
(RETS). Support facilities that are part of the range complex include
a control tower, operations / storage buildings, general instruction
building, latrines, covered mess structure, ammunition breakdown
building and / or loading dock, and a bleacher enclosure. Included in
the design will be access roads into the complex and to each target
mechanism to support wheel and track vehicles. Access roads that
support track vehicles will require concrete turning pads. The range
will require wheel and track vehicle-holding areas. Electrical service
(110/240/480V, Three Phase) will be required. The Contracting Officer
will provide the Architect-Engineer copies of all applicable manuals.
The contract to be negotiated will be a standard, Department of the
Army, firm-fixed-price Architect-Engineer contract that will include
the following services: Type A-Investigative Services; Type B-Design
Services; and Type C-Construction Services. The estimated period of
performance for A and B services is between 12 and 18 months, to be
negotiated. The estimated construction cost of this project exceeds
$10,000,000. The Government will use FAR Subpart 36.602 to evaluate and
select. Firms responding to this announcement before the closing date
will be considered for selection, subject to any limitations in
specialized technical expertise or other requirements listed. Following
an initial evaluation of the qualification and performance data
submitted, three or more firms that are considered to be the most
highly qualified to provide the type of services required will be
chosen for discussions. Selection of firms for discussions shall be
made through an order of preference based on demonstrated competence
and qualifications necessary for the satisfactory performance of the
type of professional services required that include: (a) Specialized
experience and technical competence in the type of work required this
criterion is of greatest importance; (b) Professional qualifications
necessary for satisfactory performance of required services; (c) Past
performance on contracts with Government agencies in terms of cost
control, quality of work, and compliance with work schedules criterion
b and c are equal in importance and each is less important than
criterion a; (d) Capacity to accomplish the work in the required time
this criterion is of less importance than the first 3; and (e) Location
in the geographical area of the project and knowledge of the locality
of the project this criterion is the least important criterion.
Architect-Engineer firms which meet the requirements described in this
announcement are invited to submit: (a) a Standard Form 254,
Architect-Engineer and Related Services Questionnaire, (b) a Standard
Form 255, Architect-Engineer and Related Services Questionnaire for
Specific Project, and (c) any requested supplemental data, to SGM
George W. Herndon, III, Supervisory Contracting Officer, United States
Property and Fiscal Office, Building 316, Fort Pickett, Blackstone,
Virginia, 23824-6316, ATTN: VAPFO (PRN: 206), to be received no later
than 1600 hours, local time, on January 10, 2000. When submitting the
SF 254 and 255, include the number and dollar value of A-E contracts
awarded by DOD agencies during the previous 12 months. Also include
copies of any government A-E evaluation forms showing performance on
past work available. This is not a request for proposal. Funds are
currently not available; this acquisition is subject to the
availability of funds. Award of a design contract is desired no later
than April 1, 2000. Posted 12/02/99 (W-SN405218). (0336) Loren Data Corp. http://www.ld.com (SYN# 0021 19991206\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|