Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 28,1996 PSA#1561

Contracting 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