OPEN END CONTRACT N62474-82-R-2593. ADDITIONAL SERVICES WITHIN THE SAME

Document Type: 
Collection: 
Document Number (FOIA) /ESDN (CREST): 
CIA-RDP89-00244R000200260076-4
Release Decision: 
RIFPUB
Original Classification: 
K
Document Page Count: 
1
Document Creation Date: 
December 22, 2016
Document Release Date: 
June 27, 2008
Sequence Number: 
76
Case Number: 
Content Type: 
MISC
File: 
AttachmentSize
PDF icon CIA-RDP89-00244R000200260076-4.pdf260.1 KB
Body: 
Approved For Release 2008/06/27: CIA-RDP89-00244R000200260076-4 tp fell carhact r;onnact 162414-$2-A-2593 Additional swexca wtlhie Bin am general : v, i-d - ie~'tide may be added to this m-tiact Total A-I fee for this contract shall not n+ce~?1 t'li"' ^O'l anii coo single we.' or:,,;r will exceed $99.000 The contract will be for a crl,rxi of one veal # until the $200.000 limit is reached. Selection criteria will mcluae Ili Feonnence in designing energy elfirient HVAC systems mechanical designs for rehabilitation and construction facilitir in analyzing and evaluatng existing HVAC systems i2, Adequacy nrl qualifications of sub-contractors and consultants; (3) Professional aoacdy of the firm to accomplish the rontemplated work within the required time limits 14) P;", ?nt woikload (5) Dollar value J work previously awarded to the firm by the Naval Weapons Center ' d 16) locatoa. -' ' him in the general geographical area of the protect site Offers order this pocurement aie solicited from small business concerns one: Indicate in Block 5 of SF 255 that the firm meets the site standard defined in Note 19 firms which meet The requirements described herein are invited to submit completed Standard Forms 254 (unless already on tile with the Naval Weapons Center), and 255, U S Government Architect-Engineer Qualifications for Specific Project. Firms responding to this announcement by February 1962 or 14 calendar days after the date of this announcement, whichever is later, will be considered. See Note 62 and Note 79. This is not a request for a proposal (036) OICC, Code 262, Naval Weapons Center, China Lake, CA 93555 R -- ENGINEERING SERVICES FOR SEISMIC SAFETY EVALUATION, Naval Communications Station, Stockton, CA, and Naval Transmitting Station Dixon, CA Contract No. N62474-82-C-0232. FY 82. Firm fixed price Engineering services are required for seismic evaluation of approximately 15 buildings at Stockton Facility. Evaluation will include soils investigation, seismicity study and preliminary analysis of the structures seismic vulnerability In addition to the examination of the structures at the Naval Communications Station at Stockton, a review will be made of the existing structures at the Naval Transmitting Station at Dixon, California, to ascertain if any of the Dixon structures should receive further analysis. Est. start date May 1982. Est. completion date April 1983 A-E selection criteria will include: (1) Recent specialized experience of the firm in Seismic Evaluation and use of computer analysis: (2) Professional qualifications of the staff to be assigned to this project: (3) location of the firm in the general geographical area of the project: (4) Professional qualifications of the firm to accomplish work within reasonable time limit: (5) Volume of work previously awarded by the Department of Defense to the firm. with the object of effecting equitable distribution of contracts among qualified architect-engineer firms including minority-owned firms and firms that have not had prior Department of Defense contracts. A-E firms which meet the requirements de- scribed in this announcement are invited to submit SF 254, unless already on file and SF 255 Firms having a current SF 254 on file and those submitting SF 255 and SF 254 and received by this office. 4 March 1982 or 14 calendar days after the date of this announce- ment, whichever is later, will be considered See Note 62. This is not a Request for Proposal. roc rurther information contact Mr.l W Phillips at (415) 877-1228. 0 R -- ENGINEERING SEVICES FOR MARINE CORPS PROJECT NO. HR 17-80 UTILITIES AND PAVEMENT REPAIR IESR# 1410-OAF(; MARINE CORPS PROJECT NO HR 8-80 GAS DISTRIBUTION SYSTEMS REPLACEMENT IESR# 2139-OAF) at Marine Corps Or Ground Combat Center, Twentymne Plams, CA. Contract No. 862414-82- C-0280 i!rm fired price. Plans and specifications are required for HR 17-80; repair water main lines sanitary sewwee line, gate valves, concrete gutter and AC pavement; and for HR 8-80: Remove approximately 11,150 LF of gas distribution lines, replace with PVC; Install cis s (approximately 470), valves and tracer wire, check unit shut-off valves; repair or replace as necessary and restore lawn and surfaced areas. Est. start date for these projects is March 1982. Est completion date for these projects is December 1983. Est. constucton cost for these projects is between $2,500,000 and $5.000.000. A-E selection criteria will include: (1) Firms with In-House Civil and Mechanical'Engineering capabilities with Recent specialized experience in the design and repair of gas and water distribution systems, sanitary sewer lines, concrete gutters and AC pavements: (2) Profes- sional qua':h,;ators of the staff to be assigned to this project: (3) Location of the firm in the general geographical areas of the project: (4) Volume of work previously awarded by the Department of Defense to the firm, with the object of effecting equitable distribution of contracts am,'g qualified architect-engineer firms including minority _owned firms and firms that nave not had prior Department of Defense contracts: (5) Past experience, if any, of the firm with respect to performance on Department of Defense contracts: (6) Profes- sional quladications of the firm to accomplish the contemplated work within a minimum reasonable tine limit. A-E firms which meet the requirements described in this announce- ment are invited to submit SF 254, unless already on file and SF 255. Indicate in Block 5 of the Sf 255 that your firm meets the size standard defined in Note 79. Firms having a current SF '54 on file and those submitting SF 255 and SF 254 and received by this office 1 March ,962 or 14 calendar days after the date of this announcement, whichever is later, will be considered. See Notes 62 and 19. This is not a Request for Proposal. For further informat,nr cortect Mr J.W. Phillips at 14151 871-1228. (036) Western Div., Naval Facilities Engineering Command, PO Box 727 (Code 09A2.30) San Bruno, CA 94066 Q R -- WORKING DRAWINGS AND SPECIFICATIONS FOR PROVISION OF A LOW PRESSURE STEAM HEATING PLANT of 121 100 HP Boilers with all related operating equipment and domestic hot water generating system providing 900 GPH to be located within existing basement mechanical service room of bldg. 10 at ENRM Veterans Hospital. Fstmated combined construction cost is $206,000. Estimated start design is March 1982 Estimated design completion date is April 1982. Firms responding to this announcement are requested to indicate their small business status in block 10 of the SF-255 submission see note 79. Geographic location is limited to Massachusetts. Firms desiring consideration shall submit standard form 254, architect engineer and related services questionaire and standard form 255, architect-engineer and related services questionaire for specific project no later than February 15, 1982. This is not a request for a proposal See Note 63. Q R -- WORKING DRAWINGS AND SPECIFICATIONS FOR TWO CON- STRUCTION CONTRACT PROJECTS located at Edith Nourse Rogers Memorial Veterans Hospital. Bedford, MASS., as follows: (A) fire protection devices - provision for furnishing and installing permanently affixed automatic pressurized dry chemical type hood systems for coverage of kitchen cooking equipment in Building 3 and Building 70 with estimated construction cost of $35,000. (B) Provision for positive latching of approximately sixty (60) stairwell egress doors within nine (9) patient occupied builidings to include latching Iavicss, clowns aa" door ad Am rapIow"M at,gwsW M mid saNEy oils wtS estimated construction cost or $79 000. Estimated start design date is March 1982 Estimated design completion date is April, 1982. This procurement is set-aside for small business A&E firms. Firms responding to this announcement are requested to indicate their small business status in Block 10 of the SF-255 submission see Note 19. Geographic location is limited to Massachusetts firms desiring consideration shall submit standard form 254, architect engineer and related service questionaues and standard form 255, architech engineer and related service questionaires for the combined specific projects no later than February 15, 1982 This is not a request for proposal. See Note 63. (036! Chief, Supply Service, (134C), Y.A. Hospital, 200 Springs Road, Bed- ford, Mass., 01130.1.6. Espipnola, 617/215-1500, ext. 661 R -- DESIGN EFFORTS TO PREPARE UTILITY MAPS for Hill AFB UT The project will be covered by one contract with all work to be completed within approamate- ly 183 calendar days after award of contract. Persons performing the actual design on the projects must be licensed in the necessary discipline and drawings will be so stamped. The estimated architect and engin ermg fees estimated between $25,000 and $100,000. Specific design will include: A Field verification of the location and size of existing facilities and utilities. Include using both existing and new ortho photos; B. Researching as-built drawings and existing utility maps to obtain data; C. Preparation and submission of utility overlay and composite ortho photo utility maps. Selection of contractor will be based on the followine evaluation criteria in priority order: (1) specialized experience; (2) Availability of experienced key personnel; (3) firm capacity; (4) past experience; (5) firm location; (6) previous volume of DOD work; (7) minority owned/controlled firms. Selection of A & E firms will be restricted to firms located in Region 5 which compromises the eight western states. Participation by minority business enterprises is encouraged and these firms will receive additional consideration. Qualified A & E firms design consideration shall submit completed SF forms 254 and 255 so as to arrive prior to 4:00 PM 26 FEB 1982. Firms design consideration shall submit appropriate data as described in note 62. This is not a request for proposal. Telephone inquiries should be made to Bob McKenzie, 801/771-2664. See Note 62. (036) 2849 ABG/DEEE, ATTN: Bob McKenzie, Hill AFB, UT 64056 R -- DESIGN SERVICES FOR BUILDING STRUCTURAL MODIFICATONS. Pro- vide the Bureau of Engraving and Printing with complete detailed working drawings and specificatons to permit the BEP to obtain competitive bids for the construction of the work involved. Design work will involve analysis of floor loading and building structural modifications where required for production machinery installations and storage require- ments. The A&E firm selected will perform all investigative work required to determine existing conditions, coordinated with BEP production requirements, etc., required to obtain the necessary data, for preparation of design, drawings and specifications. Selection will be based on the following criteria: (1) Speciallized experience and technical competence of the firm in providing A&E services to industrial and manufacturing organizations; (2) Capacity of the A&E firm to perform the work including specialized services within time limitations; (3) past record of performance on industrial type contracts with Government Agencies and private industries with respect to such factors as control of costs, quality of work and ability to meet schedules; and (4) Familiarity with the area in which the project is located. Firms are invited to submit completed Standard Forms 254 and 255, U.S. Government Architect-Engineer qualifications. Firms having a current SF 254 on file with this office and those responding to this announcement within 14 days after publication will be considered. firms desiring consideration shall submit appropriate data as de- scribed in Note 63. This is not a request for proposals. (036) Contracts Branch, Bureau of Engraving & Printing, Attn: S.A. Pate, 14th & C Sts., S.W., Washington, D.C. 20228, 202/441-1269 R -- PRELIMINARY AND WORKING PLANS TO INCLUDE ALL STRUCTURAL SUPPORT, ELECTRICAL REQUIREMENT, HVAC, AND COMPLETE COST ESTI- MATES for the installation of C.T. Scanner at the Veterans Administration Medical Center, Brooklyn, New York. Selection will required, professional capacity of firm to accomplish the contemplated work within the time and cost limitation, professional qualifications of the staff. The estimated construction cost is $250,000 to $300,000. Firms desiring consideraton submit appropriate date as described in Note 63 not later than March 5, 1982. (036) Veterans Administration Medical Center, 800 Ploy Place, Brooklyn, New York 11209, Barbara Ross, (212) 836-6600 ext. 481 R -- DESIGN, PREPARATION OF CONSTRUCTION DOCUMENTS, AND COST ESTMATES FOR NEW CENTRAL INTELLIGENCE AGENCY FACILITIES AT LANG- LEY, VIRGINIA. The project will implement Phase I of the Agency's Master Plan and will include an office/computer facility of approximately 1.1 million square feet, a reception center of approximately 5,000 square feet, a parking garage for approximately 2,500 cars, landscaping, and roadway modifications. The maximum time for design completion is 18 months from the date of the Government's notice to proceed. All members of the project team must be United States citizens and will be subject to security investigation. Con- sideration for selection shall be based on the following evaluation criteris: Organizatoan of Project Team and Ability to Meet Schedule, Design and Planning Ability, Experience, Security Control and Installed Computer Graphics Capability. Firms desiring consideration shall submit a letter of interest and appropriate data described in Note #63. Other supporting data such as photographs of similar type projects may also be submitted. Responses received or postmarked by close of business 26 February 1982 will be consi- dered for selection. This is not a request for proposal. (036) Central Intelligence Agency, Procurement Division, Washington, D.C. 20505, Attn: BPS Q R -- TWO OPEN-END ARCHITECT-ENGINEER CONTRACTS FOR INYES- TIGATION AND DESIGN OF ROUTINE MISCELLANEOUS PROJECTS that are nor- mally accomplished by Offutt AFB Engineering Staff-The projects will involve civil, architector?I, structural, mechanical, and electrical wok- canstouction costs of the individual projects will range between $5.000 and $400,000-These contracts will run over a one year period-The selected contractors are guaranteed a minimum of $5000 each in fees, with no individual order for more tha $40,000 in fees-The cumulative fees tar aiNmr d tlmrm aaabaA tic alhtal~aal MI,IM,-UB K ba fill be C, on the following criteria: capsptNty Ol pmtbrm in a thady manner, general r location of the firm in regard to the era of the project, volume of previously contracts to a firm by the govermnent-This will allow an equitable distributic contracts to A-E firms--Firms desiring consideration shall submit approp .a:. described in Note 62-Response to this notice should include SF's 254 one 2: is not a request for proposal-Firms responding to this announcement before 8, will be considered for selection. (036) 3902 ABW/DEE, Offutt AFB, NE 63113, Attn: Mr..Kayser O R .-10&6ir 0111512 "EM MAINTENANCE AND REPAIR, CO11$TIIIBCT1 AN MILITARY FAMILY HOUSING PROJECTS, at Ca' Force Nation Two op n and catracts will be issued for a period of one year. 6. order issued under these contracts will not exceed $20,000 with the cumulative a contracts not to exceed $150,000. Work orders will be issued from time to tim need arises during the contract periof and will each be provided with an accomp suspense date. Design services required will be in conjunction with minor din, maintenance and minor new construction type projects including preparation of a and specifications. Various types of field investigations, inspections, studies, rep cost estimates maybe required as relates to projects design. One copped will in. mechanical/architectural discipline and the other contract will involve the civil,. tural discipline. A minimum of $5,000 in fee work will be issued under each cc. firm fixed A-E contract will be used for W. The initial design requirements follows: a. Mechanical/architectural discipline:.Project 82-0014C replace boilers plant(between $25,000 and $100,000 estimated construction cost.) Work to be it, Disconnect 4 existing boilers; dismantle and remove 4 boilers, controls, connec.' bases. Calibrate controls for proper operation. Existing boilers to be replaced arm HP and two 78 HP. These will be replaced with one 70 HP package type honer us fuel oil and two 80 HP package type boilers using #2 fuel oil. Existing bur oil-fired, converted from coal and 30 years old. b. CiviVarchitectual disc.ot .. following: Project 82-0019C Paint lot & equipment (between $25,000 and estimated construction cost). Work to be designed: Sandblast, perform coenosier paint with epoxy primer and polyuetane. Paint the following; building #2 pur and storage tank; building #99 & 100, pumps and pipes; building #69, pumps facility #165 tank exteriors, stairs, grating, piping and hardware. Also paint if buildings. Evaluation factors will be based on, but not limited to: (1) The caps: capacity of the firm to accomplish the work in the required time. (2) The experience of the A-E in mechanical, architectural, sflnrchaal, and civil oe location of the firm in relation to the general geographic area. (4) The past expc: the firm with similar levels of work. Firms desiring consideration shall submit ar data as described in Note 62, not later than 14 days after publication of th's merit. This is not a request for proposal. See Note 79. (036) Base Contracting Division, K I Sawyer AFB MI 49843, Attn: SSt rick, AC 906-346-1446 0 R -- DETAIL SURVEYS ON TWO FLOODWATER RETARDING TURES at Site Nos 17 (Hughes County) and 20 (Coal County) in the Upper V,. Creek Watershed, in Oklahoma. Only firms located within .200-mite rams : , City, Oklahoma will be considered. The work shall consist'of performing detail necessary to provide data adequate to serve as a basis for design of the pro' work to be performed will be as outlined in the specifications provided by Evaluation of firms and award of a contract will be based on the following q,a statement: a: List experience and references in this type of work perferrn"o three years. b. Name, educational background, and experience of personnel used on this job. c. Additional info natidn that may further illustrate the qua. your firm. Request for Proposals, No. SCS-21-OK-82. Proposal opening, 5 Estimated Staging Date: 22 Mar 82, with 37 calendar days performance time 5-day workweek. Performance time does not include consultative service evaluation and award factors: a. Designation of well qualified personnel (comp staf) b. Previous experience in detail survey of floodwater retarding sbucte'es for technical information, call Mavis Jones at 405-624-4488 or Tommy Jea 624-4415, and for Request for Proposals information, contact Gary Handley at 4230. (036) Soil Conservation Service, USDA Agricultural Center Buimi Road and Brumley Streets, Stillwater, Oklahoma 74074 0 R -- DESIGN GUIDELINE DEVELOPMENT FOR 296-UN T COMPLEX at Mayport, Florida. Contract N62467-82-C-0222. Work inclu0es oc of minimum lite cycle cost desing guidelines to be utilized in the design of a i unit navy family housing complex at Maypun, Florida. Major analysis will be r optimize various design options for tout (4) generic type 4-plea and 8-,1. , structures. Options to be evaluated shall include, but not be limited to the w Passive solar optimization. (2) Thermal Storage whether intrinsic to the construc added mass. (3) Insulation (a) "super insulation", (b) exterior insulation, (c High R Valve insulation. (4) Means of providing domestic lot water which lowest life cycle cost consistaet with the structure desrrg. (5) Techniques to m' lifecycle cost resulting from ventilation and infiltartfon. (6) The best technicue supplemental HVAC (integrated with four (4) above) based on the minimized ;Vo meet for the generic structure types. Central plants for each townhouse and is townhouses should be evaluated. The product of the work will be a report whit performance type design guidance to facilitate design of generic type hour will achieve minimum lifecycle cost with respect to energy consumption. Prover gy only should be utilized. The report should also include the proportional mix options which are considered to provide the best means of meeting minimum I:fc criteria and should provide backup calculations to support the recomendatlor the performance guidelines provided. Also see the final paragraph of this sir 0 R -- OPEN END CONTRACT FOR MCAS, BEAUFORT, SC N624567-82-C-4215. Initial work eludes design of rapid jet high spec. re repairs to aircraft parking apron. More than one WE firm may be selecauc announcement. The selected firm should have a team capable of providing sec, disciplines. Experience An on SF 255 should be for general repair, alto. Approved For Release 2008/06/27: CIA-RDP89-00244R000200260076-4