|
COMMERCE BUSINESS DAILY ISSUE OF MAY 30,1996 PSA#1605US ARMY ENGINEERING & SUPPORT CENTER, ATTN CEHNC-PM-AE, 4820 UNIVERSITY
SQUARE, HUNTSVILLE AL 35816 C -- ARCHITECT-ENGINEER SERVICES FOR SUPPORT TO ENERGY CONSERVATION
PROGRAMS AT US ARMY ENGINEERING & SUPPORT CENTER, HUNTSVILLE SOL
W31RYO-6144-7879 POC Contract Specialist, Tommie Savage (205) 895-1384
or J. N. Etheridge, III, Contracting Officer (Site Code DACA87)
Architect-Engineer (A-E) services are required to support the energy
conservation programs at the U.S. Army Engineering and Support Center,
Huntsville (USAESCH). These programs are for Government agencies that
include, but are not limited to, the Department of Defense, General
Services Administration, and the Department of Energy. It is
anticipated that the majority of sites to be studied will be located in
the continental United States, Alaska, or Hawaii. However, studies
could be required for any Government location. The work will require
the A-E to (1) perform energy audits and identify potential energy and
ancillary savings in existing facilities including assembly buildings,
education buildings, electrical distribution systems, energy plants,
energy distribution systems, gymnasiums, family housing buildings,
barracks, exterior lighting systems, food sales buildings, food service
buildings, health care buildings, laundry buildings, lodging buildings,
maintenance facilities, office buildings, warehouses, and other
facilities, buildings, and supporting energy systems; (2) perform
technical feasibility studies and energy, operations, and maintenance
cost reduction feasibility studies including life cycle cost analysis
to determine the potential of projects to be funded through Shared
Energy Savings (SES), Energy Savings Performance Contracting (ESPC),
Energy Conservation Investment Program (ECIP), Federal Energy
Management Program (FEMP), and other funding sources; (3) prepare DD
Form 1391 and other supporting project documentation; (4) investigate,
analyze, and prepare technical alternatives and recommend solutions;
(5) provide other technical support in the form of analysis, advice,
and/or preparation of documents as specified in the individual delivery
task orders. This will be an indefinite delivery/indefinite quantity
contract with $150,000 maximum per task order and $750,000 cumulative
maximum for the contract with an option for a second year with the same
limits. The contract period in which task orders may be placed under
this contract will be one year and is estimated to begin in September
1996. The Government's minimum obligation under this contract is
$15,000. If the option year is exercised, the Government's minimum
obligation for that period is $7,500. This announcement is open to all
businesses regardless of size. If a large business is selected for
this contract, it must comply with FAR 52.219-9 regarding the
requirement for a subcontracting plan on that part of the work it
intends to subcontract. See Note 24 for information on the general A-E
selection process. The selection criteria are listed below in
descending order of importance (first by major criterion and then by
each sub-criterion). Criteria 1 through 4 are primary. Criteria 5 is
not applicable. Criteria 6 is secondary and will only be used as a
tie-breaker among technically equal firms. (1) SPECIALIZED EXPERIENCE
AND TECHNICAL COMPETENCE IN TYPE of WORK REQUIRED SUBFACTORS. a. The
firm must have demonstrated experience in and the capability to conduct
the full range of energy auditing services and feasibility studies for
state of the art energy saving retrofit technologies. The firm must
have demonstrated experience in and be equipped to conduct energy usage
measurements on steam, chilled water, hot water, and electrical supply
to quantify energy usage and losses for large campus type facilities
such as military installations. Energy audit and feasibility study
experience must include, but is not limited to, renewable energy and
ground source heat pump technologies; heating, ventilation, and air
conditioning systems, including associated controls; building
construction characteristics to include building envelopes; electrical
systems, including lighting, electric motors, power distribution,
power factors, etc.; and boiler equipment, boiler combustion analysis,
chilled water systems, and refrigeration systems. The firm must have
demonstrated experience in and the capability to conduct audits and
studies noted above and to identify measures for efficiency
improvements that are technically and economically feasible. b. The
firm must have demonstrated experience in the technical and financial
analysis and development of energy saving projects using Government
established criteria for the Energy Conservation and Investment Program
(ECIP) and the Federal Energy Management Program (FEMP). This requires
ability to prepare construction cost estimates, calculation of energy
savings, calculation of payback, and calculation of savings to
investment ratios. The firm must have demonstrated experience in
producing project documentation using the Government's DD Form 1391
format. The firm must have demonstrated experience in and the
capability to conduct life cycle cost analysis calculations to support
studies. Required methodologies include, but are not limited to, the
National Institute of Standards and Technology (NIST) Handbook 135, the
Corps of Engineers computer program titled ''Life Cycle Cost in Design
(LCCID)'', and current Government polices for development of ECIP/FEMP
life cycle cost data for programming documentation. c. The firm must
have demonstrated experience in the development of pre-concept level
cost estimates for design, construction, operations, and maintenance of
energy efficiency improvement projects including, but not limited to,
boiler and chiller distribution systems and plants, building envelope
upgrades, HVAC retrofits, power factor correction, and electrical
distribution system modifications. d. The firm must have demonstrated
experience in the technical and financial analysis and development of
energy saving projects under the Federal Government's Energy Savings
Performance Contacting (ESPC) Program and be familiar with the
applicable Federal laws and policies governing ESPC and the current
contracting methods, energy usage base line procedures, payment
procedures, and contractual arrangements used by the Federal Government
in the ESPC Program. The firm must have demonstrated experience in
assessing, evaluating, and developing financial arrangements for ESPC
involving: construction cost of government owned plants; tax
incentives/credits and depreciation; Federal, state, and local laws and
regulations governing financial arrangements, taxes, bonding, and
insurance; and fuel/energy cost analysis and projections. e. The firm
must have demonstrated experience in the analysis of gas and electric
utility rate structures, as well as associated contracting
arrangements. (2) PROFESSIONAL QUALIFICATIONS NECESSARY for
SATISFACTORY PERFORMANCE OF REQUIRED SERVICES SUBFACTORS. a. Capability
of providing multi-disciplinary team(s) of professionals with
demonstrated experience in the disciplines of project management,
mechanical engineering, electrical engineering, construction cost
estimating, and life cycle cost analysis. b. Work to be performed under
the supervision of a registered professional engineer, who is also a
certified energy manager (with the Association of Energy Engineers),
and who has experience in energy auditing, analysis, and evaluation of
mechanical and electrical systems in a campus type environment such as
a military installation. c. The possession or ability to obtain a
secret clearance. However, the contract will not require the
generation, storage, or transportation of classified materials. (3)
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 firm
fixed price indefinite delivery/indefinite quantity. Demonstrated
ability to provide quality products, stay within fixed cost, and
maintain performance schedules, is important. Firms with unsatisfactory
or marginally unsatisfactory past performance evaluations (poor or
below average) will be downgraded appropriately in consideration for
award of this contract. (4) 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. (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 SUBFACTOR. 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 business firms, will only be used as a tie breaker
among technically equal firms. This is not a set aside for small
business. However, responding large business firms are urged to
consider seriously the award of subcontracts to 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, its
territories and possessions, 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. Interested firms are
requested to state in block 10 of the SF255 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 this
announcement. Special instructions on submittal length. The entire
submittal package shall not exceed 130 pages, and Blocks 7, 8, and 10
of the Standard Form 255 (SF255) shall not exceed 30, 20, and 50 pages
respectively; and Standard Form 254 (SF254) shall not exceed 20 pages.
Any pages in excess of these limits will not be evaluated. 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 U.S. Army Engineering and Support
Center, Huntsville, ATTN: CEHNC-PM-AE (Ms. Tommie Savage), 4820
University Square, Huntsville, Alabama 35816- 1822. Electronic
transmission (i.e. facsimile, e-mail, etc.) of submittals or amendments
to the submittals will not be accepted. See Note 24. Note 24 appears on
the back of every Monday issue of this publication.(0149) Loren Data Corp. http://www.ld.com (SYN# 0022 19960529\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|