Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 2,1995 PSA#1401

US 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