Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 27,1995 PSA#1291

Officer In Charge, Puget Sound Naval Shipyard, C/910C, 1400 Farragut Avenue, Bremerton, Washington 98314-5001

C -- INDEFINITE QUANTITY CONTRACT FOR ARCHITECT/ENGINEER SERVICES FOR ELECTRICAL PROJECTS AT PUGET SOUND NAVAL SHIPYARD AND TENANT ACTIVITIES SOL N44255-95-D-0714 POC Susan Carroll, Contract Specialist, (360) 476-6118/Wanda Edwards, Contracting Officer (360) 476-2427. The resulting contract shall be for an indefinite quantity contract to support the Facilities and Maintenance Department's Engineering Division in the preparation of engineering studies, analyses, reports and cost estimates as designated; preparation of final plans, specifications and cost estimates for designated construction projects; preparation of working drawings, cost estimates and descriptive text for projects to be accomplished by shop forces; preparation of AUTOCAD compatible computer-aided drawing data on electronic storage media; preparation of computer automated specifications using SPECSINTACT will be required; and preparation of asbestos, hazardous waste, or pollution abatement related designs (as necessary). The work will be accomplished for projects located at the Puget Sound Naval Shipyard and tenant activities. Selection will be based on the following prioritized criteria which are numbered in order of importance: (1) Professional qualifications of staff and consultants to be assigned to this contract which are necessary for satisfactory performance of the type of work listed in criteria #2. In Block 4 of the SF 255 (Personnel by Discipline), show the entire proposed team by listing personnel employed by the prime contractor in the blanks provided and personnel from consultants to the left in parentheses. In Block 7 indicate branch office location of each team member. (2) Specialized experience and technical competence of the firm and consultants on the following types of projects; a) relocate 12kv substation including vacuum switchgear and transformers; b) replace 12kv and 5kv switchgear at substation including SCADA remote; c) replace low voltage switchgear in substation (4000 amp bus); d) install ground relays on low voltage ships services circuits; e) install tie breaker between normal and emergency buses, including synchronizer and all protection; f) install variable frequency drives for a variety of uses, including 600 HP pumps with telemetry control and monitoring, and energy management; g) replace 3 phase and 1 phase service panels (entrance, distribution, etc.); h) evaluation and analysis of the power distribution system, including harmonics and available fault current analysis; i) design and modification of elevators and associated controls; j) install and modify fire protection systems; (3) Past performance of the firm on projects of a similar nature to those listed in criteria #2 above, with Government agencies, including the Department of Defense (DOD), and private industry; (4) Professional capacity of the firm to accomplish the contemplated work within the required time limits of each project. Demonstrate the ability to complete several complex delivery orders concurrently; (5) Provide information detailing the Quality Control Program for managing the quality of documentation and preparationof work performed by the firm and it's consultants. Include documentation that demonstrates successful application of the Design Quality Control Program on projects similar to those listed in criteria #2; (6) Cost control effectiveness of the firm on projects of a similar nature to those identified in criteria #2. Include documentation of a valve engineering involvement and how cost control is applied to smaller projects; (7) Location of the firm in the general geographical area of the projects and knowledge of the locality of the projects; (8) Volume of work previously awarded by the DOD to the firm. This information shall be recorded on page 10 of the SF 255 by listing total amount of prime DOD fees awarded for the previous 12 months; (9) Demonstrate commitment to small business and to small disadvantaged busines, historically black college and university, or minority institution performance of the contract, whether as a joint venture, teaming arrangement or subcontractor. During performance of this work, asbestos hazardous waste or pollution abatement may be encountered. Proposed procurement will result in one fixed priced indefinite quantity contract with a minimum guarantee of $25,000.00 for the base year. The resultant contract will be comprised of delivery orders not to exceed $200,000.00 each, and the cumulative total of this contract shall not exceed $500,000.00. The contract provides for one base year and one year extension (both comprised of the type of work described in criteria element (2) Recent Specialized Experience) at the option of the Government. The minimum guarantee for the option year is $25,000.00. Qualified firms desiring consideration shall submit one copy of the SF 255 and SF 254 (unless already on file), specifically addressing all criteria elements listed, including organization chart of key personnel to be assigned to this contract and consultants current SF 254 (unless already on file) to Susan Carroll, Code 910C, Puget Sound Naval Shipyard, 1400 Farragut Avenue, Bremerton, WA 98314-5001 no later than COB (4:00 p.m.) 30 days from the date of this issue. NOTE: Failure to submit the aforementioned items and the amount of DOD fees awarded to the firm will reflect negatively on the firm's submittal during the evaluation process. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete announcement are not desired. No additional technical information is available. This project is open to all business concerns. This is not a request for a proposal. See Numbered Note(s): 24. (0054)

Loren Data Corp. http://www.ld.com (SYN# 0016 19950224\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page