|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 28,1996 PSA#1561Contracting Officer, Naval Facilities Engineering Command, Engineering
Field Activity Chesapeake (Attn: Code 02AE), Washington Navy Yard,
Bldg. 212, 901 M Street, SE, Washington, DC 20374-5018 C -- INDEFINITE QUANTITY CONTRACT FOR MISCELLANEOUS ELECTRICAL DESIGN
& ENGINEERING SVCS WITH ASSOCIATED A/E SUPPORT SVCS, VARIOUS
LOCATIONS, EFA CHESNAVFACENGCOM SOL N62477-96-D-0078 DUE 050696 POC
Contact Randolph Jones, POC/Bonnie Clark, KO, 202-685-3192 This is a
Small Business set-aside contract. Large businesses will not be
considered. Small business size standard SIC Code is ''8711,'' $2.5
million annual average over a three year period. The work requires
electrical design and engineering services with multi-disciplinal
architectural and engineering support services necessary for the
preparation of studies and plans, specifications, and construction cost
estimates ready for bidding for various projects at various locations
within the EFA Chesapeake region - Washington, DC, Virginia, and
Maryland. Work includes repair, alteration, and new construction type
projects. Projects include exterior overhead and underground
distibrution; high, medium, and low voltage substations, switchgear and
relaying; interior electric power distribution systems, substation and
switchgear; lighting systems; wire communications; signal and fire
alarm systems; emergency power systems; uninterruptible power supply
(UPS) systems; 400 Hz medium and low voltage power distribution systems
and equipment; roadway, street, and protective area lighting systems;
and lightning protection, grounding and cathodic protection systems.
Any other potential projects will require the same basic professional
skills. The preparation of comprehensive storm water management plans
for the State of Maryland, the District of Columbia, and the
Commonwealth of Virginia may be required. Although none is now known,
the possibility of hazardous materials, i.e., asbestos, lead paint,
PCB, may exist at the project sites. If hazardous materials are
encountered, the A/E Contractor will be required to conduct hazardous
material removal surveys, including testing and sampling, provide
design removal procedures and prepare construction contract documents
in accordance with applicable rules and regulations pertaining to such
hazardous materials. All hazardous materials licenses and/or
accreditations necessary for the locality of the project sites are
required by the A/E firm or their subcontractor. Such services as
studies, review of shop drawings, construction consultation,
construction inspection, Title II, and preparation of construction
record drawings and Operation and Maintenance (O&M) manuals may be
required at any time up to the final acceptance of all work. The
selected A/E firm for this contract will be required to provide
overhead, profit, and discipline hourly rates initially to the
Contracting Officer within 7 days after receiving the Request for
Proposal. The selected firm will also be required to participate in an
orientation and site visit meeting within seven days of notification
and provide a fee proposal within 10 days after that meeting. This will
be a firm fixed price A/E contract. The total contract amount will not
exceed $500,000 for each year. The duration of the contract will be
for the period of one year, with the possibility of a one-year option.
The estimated start date is August, 1996. Selection evaluation
criteria, in relative order of importance are included below. 1.
Specialized experience and professional qualifications of the firm
(with its subcontractors), and the proposed project team in providing
complete design and engineering services for the contract requirements
as described herein; 2. Demonstrated capabilities in sustained
accomplishment of work within established time limits for multiple and
simultaneous delivery orders; 3. Past performance and process of the
prime A/E firm (and subcontractors) in the firm's quality
control/quality assurance program to assure coordinated technically
accurate studies, plans, specifications, and construction cost
estimates; 4. The firm's and project team's present workload; 5.
Preference will be given to firms with the capability of using CAD,
SPECSINTACT, and Cost Engineering Systems (CES). Each firm's past
performance(s) and performance ratings will be reviewed during the
evaluation process and can affect the selection outcome. Firms which
meet the requirements listed in this announcement are invited to submit
one copy each of the completed Standard Forms (SF) 254 and 255, U.S.
Government Architect-Engineer Qualifications, to the office indicated
below. Site visits will not be arranged during the advertisement
period. Interested firms are requested to include telefax numbers, the
Contractor Establishment Code (CEC), and Taxpayer Identification
Number (TIN) on the SF 255 and SF 254 in Blocks 3a and 1, respectively.
In Block 10, state why your firm is specially qualified based on the
selection evaluation criteria. Also, use Block 10 to provide additional
information desired by your firm. Only the SF 254 and SF 255 will be
reviewed. Experiences identified in Block 8 should not be more than 5
years old. The A/E firm's primary person proposed to be the direct
contact with EFA CHES throughout the contract work must be identified
as the ''Project Manager''. Information in the cover letter and any
other attachments will not be included in the official selection
process. Fax copies of the SF 254 and 255 will not be accepted. This is
not a request for proposal. Contracting Officer, Naval Facilities
Engineering Command, Engineering Field Activity Chesapeake, (Attn: Code
02AE), Washington Navy Yard, Building 212, 901 M Street SE, Washington,
DC 20374-5018 (0086) Loren Data Corp. http://www.ld.com (SYN# 0015 19960327\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|