Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 20,1995 PSA#1494

U.S. Army Engineer District, Savannah, P.O. Box 889, Savannah, Georgia 31402-0889

C -- IDT CONTRACT FOR COMMISSIONING OF HVAC SYSTEMS ON PROJECTS UNDER JURISDICTION OF SAVANNAH DISTRICT SOL DACA21 POC STEVE BURCH at 912/652-5318. 1. CONTRACT INFORMATION: The Savannah District, U.S. Army Corps of Engineers, requires the services of Architect-Engineer firms for one Multidiscipline Indefinite Delivery Type (IDT) contract. The contract awarded as a result of this announcement will be administered by Savannah District for use on projects under its jurisdiction. The contract will be for a one year period with a maximum of $750,000 limit for basic year and a one year option with a maximum of $750,000 limit per year. Delivery orders will be limited to a maximum of $150,000. This announcement is open to all firms regardless of size. Large business offerors must identify subcontracting opportunities with small business, and small disadvantaged business on SF 255. If selected the large business offeror will be required to submit a small/small disadvantaged & women owned subcontracting plan in accordance with FAR 52-219.9 and DFARS 219.704/705 as a part of the Request for Proposal package. The following subcontracting goals are the minumum acceptable goals to be included in the subcontracting plan. OF THE SUBCONTRACTED WORK, 60% TO SMALL BUSINESS; 10% TO SMALL DISADVANTAGED BUSINESS (A COMPOSITE OF SMALL BUSINESS); 4% TO WOMEN-OWNED BUSINESS (A COMPOSITE OF SMALL BUSINESS). Large business firms that intend to do any subcontracting must convey their intent to meet the minimum subcontractor goals on the SF 255, Block 6. Written justification must be provided if the minimum goals cannot be provided. For additional information concerning SUBCONTRACTING PLAN requirements, please cont Ms. Ophelia Kendricks, Contract Specialist, at 912/652-5072. **** 2. PROJECT INFORMATION: Delivery orders issued under this contract will be for AE Services related to commissioning of HVAC Systems in projects under jurisdiction of Savannah District. Firms must indicate in Block 10 the type of CADD system they employ and if their system is not Intergraph identify how they would translate drawing files to Intergraph and describe previous translation experience. **** 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in descending order of importance. Criteria a-e are primary. Criteria f-g are secondary and will be only used as ''tie-breakers'' among technically equal firms. **** a. Specialized experience and technical competence/knowledge of: (1) Functional performance of pumps, chillers, cooling towers, VAV terminals, VAV air handling units, multizone air handling units, packaged air cooled chillers, air cooled condensing units, hot water boilers, steam boilers, fan coil units, unit heaters, steam/hot water converters, computer room units, HVAC controls and energy recovery systems. (2) HVAC system testing and balancing. (3) Pre-commissioning checks, deficiency identifications and retests. (4) Construction consultation and inspection. (5) Design of new HVAC systems. (6) Design of improvements and repairs to existing HVAC systems. (7) Preparation of documents related to inspection, testing and maintenance of HVAC systems, (8) Production of CADD drawings and translation experience. **** b. Past performance on DoD and other contracts with respect to cost control, quality of work and compliance with performance schedules. **** c. Capacity to accomplish multiple simultaneous delivery orders and provide staff in the following disciplines: Mechanical(HVAC) Engineer, HVAC Controls Engineer, Electrical Engineer, HVAC System Technician and a certified TAB Technician. Please disregard the ''to be utilized'' statement at Block 4 of SF 255 and show the total number of personnel in each discipline. **** d. Professional qualifications of key management and professional staff members. The test and balance firm shall be certified by the Associated Air Balance Council (AABC) or the National Environmental Balancing Bureau (NEBB). The lead balancing technician shall be qualified by AABC or NEBB and his qualification data shall include past experience on at least five similar projects. **** e. Knowledge of locality as it pertains to climatic conditions and local construction methods used on projects under Savannah District jurisdiction. **** f. Degree of participation of SF, SDB, WOB, HBCU or MI as prime contractor, subcontractor or joint venture partner. **** g. Volume of DoD contract awards in the last 12 months as described in Note 24. **** 4. Firms desiring consideration must submit ONE (1) copy of SF 255 (11/92 VERSION ONLY WILL BE ACCEPTED) for prime and ONE (1) copy of SF 254 for prime and each consultant to the above address by 22 Jan 96 to be cosidered for this selection. Include the prime's ACASS number in Block 3b of SF 255. For ACASS information call 503/326-3459. NO FAXED SUBMITTALS WILL BE ACCEPTED. Cover leters and extraneous material (Brochures, etc) ARE NOT desired and WILL NOT be considered. Firms selected will be required to submit a Design Quality Assurance Plan concurrently with their fee proposal. Information on what is to be contained in this plan will be furnished upon notification of selection. Firms responding to this announcement are reqested not to transmit this plan with their SF 255. **** PHONE CALLS are DISCOURAGED unless ABSOLUTELY necessary. **** PERSONAL VISITS for the purpose of discussing this announcement WILL NOT BE SCHEDULED. **** THIS is NOT a REQUEST for a PROPOSAL. **** (0352)

Loren Data Corp. http://www.ld.com (SYN# 0021 19951219\C-0009.SOL)


C - Architect and Engineering Services - Construction Index Page