Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 6,1995 PSA#1319

Atlantic Division, Naval Facilities Engineering Command, 1510 Gilbert Street, Norfolk, Virginia 23511-2699 (Attention: Code 02231)

C -- INDEFINITE QUANTITY CONTRACT FOR MECHANICAL/ELECTRICAL DESIGN AND ENGINEERING SERVICES FOR PROJECTS AT THE NAVAL WEAPONS STATION, YORKTOWN, VIRGINIA SOL N62470-95-R-9015 POC Contact Miss Bayla Mack, 804-444-9676/Mr. Dean Koepp, Head, Contract Support Branch, 804-444-9582 Architect-Engineer or Engineering Services are required for preparation of plans, specifications, cost estimates, related studies, and all associated engineering services for several projects of a mechanical and electrical design nature at theNaval Weapons Station, Yorktown, Virginia. The Government will reserve an option to negotiate construction inspection services and the preparation of Operation and Maintenance Support Information (OMSI). There is likely to be a variety of mechanicaland electrical design projects added to this contract to perform the following work in industrial facilities (boiler plants, Public Works shops, Ordnance facilities, administrative facilities, and military support facilities): (a) Study/replace/repairand new HVAC system; (b) Replace/repair and new steam generation and distribution systems, compressed gases, plumbing systems, and compressed air systems; (c) Inspect/replace/repair and new interior and exterior electrical distribution and controlsystems, including 34.5 KV system; (d) Replace/repair underground storage tanks; (e) Replace/repair and new fire alarm systems and sprinkler systems; (f) Replace/repair and new electrical generators and transformers; (g) Replace/repair and new sanitarypump stations and lift stations; (h) Inspect/replace/repair lightning protection and grounding systems; (i) Replace/repair and new interior and exterior lighting; (j) Replace/repair/install natural gas-fired HVAC systems; (k) Replacement ofrefrigeration equipment; and (l) Retrofit of environmental chambers. The A&E must demonstrate his and each key consultant's qualifications with respect to the published evaluation factors for all services. Evaluation factors (1) through (5) are ofequal importance; factors (6), (7) and (8) are of lesser importance. Specific evaluation factors include: (1) Specialized Experience - Firms will be evaluated in terms of their past experience with regard to the design of mechanical/electricalalteration/repair projects noted above for industrial and ordnance facilities; (2) Professional qualifications and technical competence in the type of work required: Firms will be evaluated in terms of the design staff's: (a) active professionalregistration; (b) experience (with present and other firms) and roles of staff members specifically on projects addressed in evaluation factor number one; (c) capability to provide qualified backup staffing for key personnel to ensure continuity ofservices and ability to surge to meet unexpected project demands; and (d) organization and office management as evidenced by management approach (management plan for this project), and personnel roles in organization; (3) Ability to perform work toschedules - Firms will be evaluated in terms of impact of this workload on the design staff's projected workload during the contract period, i.e., the ability to perform up to 5 taskings simultaneously; (4) Past Performance - Firms will be evaluated interms of one or more of the following (with emphasis on projects addressed in factor number one): (a) cost control techniques employed by the firm as demonstrated by the ability to establish an accurate project budget and design to this budget asevidenced by the low bid amount; (b) the firm's quality of work as demonstrated by the history of design related change orders issued during construction; and (c) demonstrated long term business relationships and repeat business with Government andprivate customers, and performance awards/letters of recommendations received; (5) Quality Control Program - Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and disciplinecoordination of plans and specifications; (6) Firm location and knowledge of the locality of the contract (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract) - Firmswill be evaluated on their location with respect to the general geographical area of the contract and their knowledge of local codes, laws, permits and construction materials and practices of the area; (7) Volume of Work - Firms will be evaluated interms of work previously awarded to the firm by DOD with the objective of affecting an equitable distribution of DOD A&E contracts among qualified A&E firms, including small and small disadvantaged business firms and firms that have not had prior DODcontracts; and (8) Small Business and Small Disadvantaged Business Subcontracting Plan - Firms will be evaluated on the extent to which offerors identify and commit to small business and to small disadvantaged business, historically black college anduniversity, or minority institution in performance of the contract, whether as joint venture, teaming arrangement, or subcontractor. Firms are required to prepare the cost estimate utilizing the computerized CES, the specifications in the SPECSINTACTsystem format, and all drawings shall be submitted in an AutoCAD compatible format. The design contract scope may require evaluation and definition of asbestos materials and toxic waste disposition. Fee negotiations would provide for laboratorytesting and subsequent preparation of plans and specifications may require definition of removal and/or definition of disposal process. Firms responding to this announcement must be prepared to accept the aforementioned as a part of their contractresponsibility. The duration of the contract will be for one (1) year from the date of an initial contract award. The proposed contract includes two (2) one (1) year Government options for the same basic professional skills. The total A&E fee thatmay be paid under this contract will not exceed $1,500,000. No other general notification to firms for other similar projects performed under this contract will be made. Type of contract: Firm Fixed Price Indefinite Quantity Contract. Estimatedstart date is July 1995.--Architect-Engineer firms which meet the requirements described in this announcement are invited to submit completed Standard Forms (SF) 254 (unless already on file) and 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 based upon synopsized evaluation factors; and provide evidence that your firm is permitted by law to practice the professions of architecture orengineering, i.e., State registration number. For selection evaluation factor (1), provide the following information for only the staff proposed for this work using these column headings: ''NAME'', ''RELATED PROJECTS WORKED ON'', ''YEAR'', ''FIRM'', and''TECHNICAL ROLE''. Use Block 10 of the SF 255 to provide any additional information desired and continue Block 10 narrative discussion on plain bond paper. All information must be included within the SF 255 (limited to 30 pages (front and backconsidered 1 page)--not less than 10 point font; every page that is not an SF 254 will be included in the 30 page count); cover letter and other attachments will not be considered in the evaluation process. Provide a synopsis of the scope of work,point of contact and telephone number for each project listed in SF 255 Block 8. Firms having a current SF 254 on file with this office and those responding by 4:00 p.m. EST, 11 May 1995 will be considered. Late responses will be handled in accordancewith FAR 52.215-10. Neither hand carried proposals nor facsimile responses will be accepted. Firms responding to this advertisement are requested to submit only one copy of qualification statements. The qualification statements should clearlyindicate the office location where the work will be performed and the qualifications of the individuals anticipated to work on the contract and their geographical location.--This proposed contract is being solicited on an unrestricted basis, therefore,replies to this notice are requested from all business concerns. Before award of contract, the Architect-Engineer (if not a Small Business concern) shall agree in the contract, by incorporation of an acceptable small business and small disadvantagedbusiness subcontracting plan in accordance with FAR Part 19.7, that small business concerns and small disadvantaged business concerns shall have the maximum practicable opportunity to participate in contract performance consistent with its efficientperformance.--The small business size standard classification is SIC 8711 ($2,500,000).--This is not a request for proposals. Inquiries concerning this project should mention location and contract number. See Note 24.(0094)

Loren Data Corp. http://www.ld.com (SYN# 0022 19950405\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page