Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 30,1996 PSA#1605

US 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