|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 2,1995 PSA#1401US Army Engineer Division, Huntsville, ATTN: CEHND-PM-AE, PO Box 1600,
4820 University Square, Hunsville, AL 35816-1822 C -- SERVICES FOR INDEFINITE DELIVERY ORDER CONTRACT FOR TECHNICAL
SUPPORT TO THE OPERATION AND MAINTENANCE WNGINEERING ENHANCEMENT (OMEE)
TECHNICAL CENTER OF EXPERTISE (TCX) POC Susan Wilson, Contract
Specialist, or J. N. Etheridge, III, Contracting Officer, telephone
205-895-1386. Seeks A-E services for efforts consisting of but not
limited to engineering and design work pertaining to the operation and
main- tenance of complex facilities, systems analysis, and investiga-
tive reports. The A-E will be required to perform systems analyses in
connection with the development of O&M documentation and training
requirements, review facility criteria, construction drawings,
specifications, vendors data and equipment O&M data and develop system
equipment and maintenance requirements, develop systems operation and
maintenance manuals, provide professional services in the
identification and development of technical logis- tics data
requirements, and provide professional services in specifying and
directing the implementation of Master Equipment List (MEL) based on
design drawings, specifications, and vendor data. The A-E will also be
required to provide professional serv- ices in developing service
contract procurement document (SCPD) scopes of work for the procurement
of service contracts which are intended to be used as an operation and
maintenance contract op- tion to construction contracts, as well as
estimating the cost of O&M services for a period of two (2) years after
beneficial oc- cupancy for new project. SCPDs will be developed for a
period of up to five years for existing projects. The A-E will also
provide professional services for facilities and facility
mechanical/electrical systems/equipment condition assessment/report,
life safety deficiencies tabulation report, and Joint Accreditation of
Healthcare Organization (JCAHO) compliance inspection and the designs
associated with these services. The A-E and its affiliates,
associates, subsidiaries, subcontractors, and consultants will be
prohibited from and shall not submit bids or offers or participate
directly or indirectly in the preparation of any response to any
solicitation issued by the Government, that is developed as a result of
this contract. The A-E must possess or have the ability to obtain a
secret clearance. However, the contract will not require the
generation, storage or transportation of classified materials. This
proposed contract will be a fixed-price indefinite delivery order
contract not to exceed $300,000 per delivery order and $1.5 million
dollars per year. In addition to the basic one (1) year contract, the
contract will provide for two (2) additional option years at the same
yearly and individual delivery order ceilings. The Government minimum
obligation under the contract is $30,000 for the first year and $15,000
for each option year. Award is planned for November 1995. The following
evaluation criteria for this proposed contract are mandatory and
relatable to the factors in Note 24. The selection criteria are listed
below in descending order of importance (first by major criterion and
then by each sub-criterion). Criteria 1-4 are primary. Criteria 5-6
are secondary and will only be used as ''tie-breakers'' among
technically equal firms. (1) SPECIALIZED EXPERIENCE AND TECHNICAL
COMPETENCE In TYPE OF WORK REQUIRED: SUBFACTORS: a. Experience in
design and development of O&M documentation for medical facilities,
process, sewage treatment, and central energy plants, in identification
and development of maintenance data systems requirements, familiarity
with Army and Air Force regulations, development of scopes of work and
contract requirements for O&M services contracts and demonstrated
capability to provide Operation and Maintenance Program Plans (OMPP) b.
Experience in developing life safety deficiencies tabulation reports
and JCAHO compliance inspection reports and the engineering designs
associated with these services. c. Demonstrated capability to provide
design drawings on a computer-aided design and drafting (CADD) system.
All final drawings will be computer-generated, plotted, and provided
in a format and medium that will permit their loading, storage, and use
without modification or additional software on the Huntsville Division
graphics system. The Huntsville Division graphic system consists of
Intergraph Corporation supplied workstations running Microstation
Version 5.0, Project Architect, Project Layout, Inroads, and InXpress
software with data input required on either a 2.3 GB or 5 GB 8mm data
cartridge, 3.5 inch 1.4 mbyte floppy disk or a 5 1/4-inch 1.2 mbyte
disk drive. State the CADD system to be used and demonstrate how it is
compatible with the Huntsville Division sys- tem. (2) PROFESSIONAL
QUALIFICATIONS NECESSARY FOR SATISFACTORY PERFORMANCE Of REQUIRED
SERVICES: Multi-disciplinary team, cover- ing the engineering
disciplines of electrical/electronic, mechani- cal, civil, structural,
environmental, architectural and cost es- timating. (3) CAPACITY TO
ACCOMPLISH THE WORK IN THE REQUIRED TIME: SUBFACTOR: Interested firms
must demonstrate that they have in-house capacity or adequate resources
in-house supplemented by subcontract or joint venture forces, to
accomplish all the work in accordance with the proposed contract
performance period above. (4) PAST PERFORMANCE ON CONTRACTS WITH
GOVERNMENT AGENCIES and PRIVATE INDUSTRY IN TERMS OF COST CONTROL,
QUALITY OF WORK, and COMPLIANCE WITH PERFORMANCE SCHEDULES: SUBFACTOR:
The proposed contract type is fixed-price indefinite delivery order,
therefore, cost control is not of prime importance in the evaluation of
this contract. Firms with unsatisfactory or marginally unsatisfactory
past performance evaluations (poor or below average) will be downgraded
appropriately in consideration for award of this contract. (5) LOCATION
IN THE GENERAL GEOGRAPHICAL AREA of THE PROJECT AND KNOWLEDGE OF THE
LOCALITY OF THE PROJECT, PROVIDED THAT APPLICATION of THE CRITERION
LEAVES AN APPROPRIATE NUMBER OF QUALIFIED FIRMS, GIVEN the NATURE AND
SIZE OF THE PROJECT: Not applicable to this contract. (6) VOLUME OF
WORK AWARDED BY DOD DURING THE PREVIOUS 12 MONTHS: Subfactors:
Equitable distribution of work among A-E firms, including small and
small disadvantaged business firms and firms that have had prior DOD
contracts, will be a consideration of the Selection Board. This
contract is not set-aside under either of these criteria, however,
responding large business firms are urged to consider seriously the
award of subcontracts to small disadvantaged and other small business
firms. In determining the value of DoD awards over the past 12 months,
awards to overseas offices for projects outside the United States, it
territories and posses- sions, to a subsidiary, if the subsidiary is
not normally subject to management decisions, bookkeeping, and
incorporated subsidiary that operates under a firm name different from
the parent company will not be considered. The selection board will
consider the corporate experience of the offerors including any
proposed consultant, subcontractor, or joint venture firms. Interested
firms are requested to state in block 10 of the SF 255 the value of
all A-E contract awards to the firm, including modifications, by the
Department of Defense during the previous 12 months as of the date of
the announcement. Notwithstanding, the reference to geographic location
will not be a factor in selection. Submittals must be received at the
address indicated above not later than the close of business 30
calendar days from the publication date of this announcement with ''day
1'' being the next day after publication. If the 30th calendar day
falls on a weekend or a holiday, the last day for receipt will be the
following business day. Only one copy of the submittal is required. If
sending submittal by overnight express, the street address and zip
code is 4820 University Square, Huntsville, Alabama 35816-1822. This is
not a request for proposal. See Note 24. Note 24 appears on the back of
every Monday issue of this publication. (0212) Loren Data Corp. http://www.ld.com (SYN# 0016 19950801\C-0006.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|