|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 22,1995 PSA#1308Navy Public Works Center, 9742 Maryland Avenue, Norfolk, VA 23511-3095,
Attn: Facilities Contracting Department, A&E Management Division, Code
022 C -- INDEFINITE QUANTITY CONTRACT FOR ELECTRICAL ENGINEERING SERVICES
AT NAVAL BASE NORFOLK Sol N00187-95-R-7535. Contact Mr. Robert A.
Lemon, P.E., Contracting Officer, 804/445-2752. Services are required
for the preparation of plans, specifications, cost estimates, related
studies and all associated engineering for projects of an electrical
engineering nature at Naval Base Norfolk and other installations in
Southeastern Virginia. There will likely be several types of electrical
engineering projects assigned to this contract. The A&E must
demonstrate qualifications (with respect to the evaluation factors
stated herein) to perform design or studies of the following: (a)
Repair/alteration to power supply and distribution systems. (B)
Repair/alteration to internal and external lighting systems. (C)
Repair/alteration to various building electrical systems. The total
contract amount cannot exceed $1,000,000 in 12 months. Construction
costs of most projects are in the range of $75,000 to $1,000,000. The
duration of this contract is one year from the date of contract award.
There is a one year Government option requiring the same basic
electrical engineering skills. Should the Government exercise the
option, the same fee limitations as the first year apply. The
Government reserves an option to award construction inspection
services. The following evaluation factors are pertinent to this
contract. Factors (1) through (5) are of equal importance, Factors (6),
(7) and (8) are of lesser importance, but will e used to assist in the
selection, especially should one or more firms be essentially equally
qualified for Factors (1) through (5). Evaluation factors are: (1)
Professional qualifications and technical competence of the design
team: Evaluation will be made in terms of: (a) Design team (includes
any consultants) experience in designing electrical engineering
projects of a size and type commensurate with those anticipated for
this contract. (b) Design team's knowledge of the general area of
Southeastern Virginia in terms of local codes, laws, permit
requirements, topography, subsurface conditions, construction materials
and general practices, as demonstrated by previous project experience.
(c) Design team's members active professional registrations and/or
certifications in their individual area of expertise. (d) Designated
role of each team member in the relevant projects listed in Block 8 of
the SF 255 (if the firm has multiple office locations, the location of
the project team members must be identified) (also, if several offices
will contribute to the project team and one particular office will
serve as the project office, explain how the various team members will
perform the tasks required, if they are not all relocated to the
project office during the performance of this contract). (e) Specific
back-up personnel (incude any consultants) and their qualifications
involving similar experience as provided for the main team members. (2)
Firm Qualifications: Evaluation will be made in terms of: (a) Recent
experience of the firm in performing similar type work as required by
this contract and as explained previously (be as specific as you can in
providing your information). (b) Involvement of management/owners with
this contract and their continuity with the firm. (c) AutoCAD Release
12 or higher format capability. (3) Demonstrated ability to accomplish
the requirements of this contract within a 3-4 month timeframe after
contract award. (4) Past Performance: Firms will be evaluated in terms
of: (a) Cost estimating ability as demonstrated by comparison of
electrical design cost estimates with the low bid on similar size and
type projects as anticipated on this contract. (give the differences in
a percentage form also). (b) Ability to prepare cost estimates in the
computerized CES format and specifiations using SPECSINTACT, (c)
Experience with designs involving metric measure (give specific
examples). (d) Demonstrated long term relationships and repeat business
with Government and private customers. (e) Performance awards received.
(5) Quality Control Program: Firms will be evaluated on the
acceptability of their quality control program used to ensure technical
accuracy and discipline coordination of plans, specifications and
reports/studies (an adequate summary of the QC program is requested, do
not submit a copy of the entire program). (6) Firm's Geographical
Location: Firms will be evaluated on geographic location as regards to
accessibility to Southeastern Virginia and their demonstrated ability
to respond to the demands of this contract. (provided that application
of this factor leaves an appropriate number of qualified firms). (7)
Volume of Work: Firms will be evaluated in terms of work previously
awarded by DoD with the objective of effecting an equitable
distribution of DoD A&E contracts among qualified firms including small
disadvantaged business firms and firms that have not had prior DoD
contracts. (8) Primary Consultants and Sub-contractors: Firms will
evaluated on their use of small or disadvantaged or women-owned
business firms as consulants or sub-contractors. This ends the
evaluation factors. The contract scope may require evaluation and
definition of asbestos material and toxic waste disposition. Fee
negotiations will provide for laboratory testing. Firms responding to
this announcement must be prepared to accept the above as a part of
their contract responsibility. Type of contrct is firm fixed price. A&E
firms meeting the requirements described in this announcement are
invited to submit completed current Standard Form 254 (unless already
on file with this Command within the past 12 months) and Standard Form
255, U.S. Government Architect-Engineer Qualifications, to the office
shown above. In Block 10 of the SF 255 discuss why the firm is
especially qualified base on each evaluation factor given herein. All
information must be included within the SF 254 and SF 255. Cover
letters, bindings and covers, and other attachments are discouraged and
will not be considered in the evaluation process. Firms responding to
this announcement by close of business 3:45 P.M. EDT) 28 April 1995,
will be considered. Firms responding should submit only one copy of the
qualifications package. Neithr hand carried nor facsimile responses
will be accepted. This proposed contract is being solicited on an
unrestricted basis, therefore, replies to this announcement are
requested from all business concerns. Before award of the contract, the
A&E firm, if not a small business concern, shall agree in the contract,
by incorporation of an acceptable small business and small
disadvantaged business subcontracting plan per FAR Part 19.7, that
small business concerns and small disadvantaged business concerns shall
have the maximum practicable opportunity to participate in this
contract consistent with its efficient performance. The small business
size standard classification is SIC 8712 ($2,500,000). This is not a
request for proposals. Inquiries concerning this contract must mention
location and contract number. See Note 24. (079) Loren Data Corp. http://www.ld.com (SYN# 0025 19950321\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|