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