Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 7,1996 PSA#1717

Northern Division, NAVFACENGCOM, 10 Industrial Highway, Mail Stop #82, Lester, PA 19113-2090

C -- ENGINEERING/DESIGN SERVICES FOR AN INDEFINITE QUANTITY CONTRACT FOR MECHANICAL/ELECTRICAL/FIRE PROTECTION SERVICES AT VARIOUS NAVAL ACTIVITIES IN THE NORTHERN DIVISION 10 STATE AREA SOL N62472-97-D-1400 DUE 121096 POC Tina Phillips, Contract Specialist, 610-595-0626. Engineering Services for the study and design of new construction, repair, alteration and improvement for (1) Boiler plants, boiler auxiliaries, water treatment, cogeneration, chillers, cooling towers, pumps, controls and utilities distribution systems including steam and condensate, hot water, chilled water, compressed air, fuel oil, gas, electrical, fuel storage, purification, monitoring and transfer systems, incidental water/sanitary/storm; (2) Industrial ventilation systems; (3) Heating, ventilation and air conditioning (HVAC) systems design and calculation, including analysis of alternatives on life cycle cost basis; design of energy-efficient systems and buildings and energy budget analysis; HVAC Control Systems including Direct Digital Control (DDC) - central and distributed; HVAC Commissioning-design and construction phases; (4) High voltage distribution systems including switchgear, pole lines, underground distribution, power transformers and pad mounted transformers; (5) Interior building systems such as lighting, power, communication systems and plumbing; (6) Load, voltage drop and short circuit calculations and lighting calculations; (7) Telephone (data and voice) and physical security systems; (8) Lightning and cathodic protection; (9) Fire alarm detection, reporting, suppression, and extinguishing systems, fire pumps, mains, hydrants, water supplies, and standpipe systems; smoke control systems; fire extinguishers; fire rated building construction including walls, floors, roofs, windows, doors, and protection of structural members; life safety features including occupancy, occupant load, exit access, exits, exit discharge, interior finish, exit marking and emergency lighting and related work; determining appropriate occupancy classification, type of construction, height and area limitations, building separation, and exposure protection in accordance with applicable building code; and preparation of a comprehensive fire protection engineering design analysis for each project; (10) associated architectural, civil and structural engineering. Contract options may be included and will be exercised at the discretion of the Government for post construction contract award services including: shop drawing review/approval, preparation of record drawings, consultation during construction, and construction inspection services. Contract award is contingent on availability of funds. These options are normally exercised within several months of completing prior work, however, delays of up to one year are possible. As part of this contract, an asbestos and/or lead-based paint assessment may be required to determine the presence of asbestos material during removals/demolition or at utility points of connections. Firms must be able to accept work which involves asbestos, lead paint, PCBs, and other hazardous materials. SIGNIFICANT EVALUATION FACTORS (in order of importance): 1. SPECIALIZED EXPERIENCE OF THE FIRM (WITHIN THE PAST FIVE YEARS) OF DESIGN TEAM MEMBERS INDIVIDUALLY AND COLLECTIVELY AS A TOTAL TEAM IN a) performing facility planning studies; b) planning and design of various facilities, utilities, and site improvements with additional specialized experience required for the following: (1) at least five DDC projects greater than 10,000 SF conditioned space constructed within past five years (provide references); (2) Participation in HVAC Commissioning on at least two projects greater than $1 million, construction cost (total) within past five years (provide references); (3) Designing projects to Navy, Air Force or other DOD agencies criteria; (4) Designs using Autocad, SPECINTACT, and NAVFAC cost estimating; (5) On-site functional analysis and on-site schematics, space programming and budgetary cost engineering; and (6) Evidence of experience of both the firm and key personnel in and knowledge of the federal acquisition process. 2. PROFESSIONAL QUALIFICATIONS: Technical competence by discipline (education, registration and experience) of individual team members. The team shall include, in addition to the traditional disciplines, engineers registered in the disciplines of mechanical, electrical and fire protection engineering with five years of full-time experience, and a registered communications distribution designer (this is a new professional registration). 3. PAST PERFORMANCE WITH RESPECT TO QUALITY OF WORK AND COMPLIANCE WITH PERFORMANCE SCHEDULES (emphasis on D.O.D. work). 4. CAPACITY OF THE ASSIGNED TEAM TO ACCOMPLISH MULTIPLE, LARGE AND SMALL PROJECTS SIMULTANEOUSLY AND WITHIN THE REQUIRED TIME CONSTRAINTS. 5. LOCATION OF THE FIRM IN THE GENERAL GEOGRAPHICAL AREA OF THE PROJECT AND KNOWLEDGE OF THE LOCALITY OF THE PROJECT, PROVIDED THAT THERE IS AN APPROPRIATE NUMBER OF QUALIFIED FIRMS THEREIN FOR CONSIDERATION. 6. DEMONSTRATED SUCCESS IN PRESCRIBING THE USE OF RECOVERED MATERIALS AND ACHIEVING WASTE REDUCTION AND ENERGY EFFICIENCY IN FACILITY DESIGN. 7. USE OF SMALL OR DISADVANTAGED OR WOMEN-OWNED BUSINESS FIRMS USED AS PRIMARY CONSULTANTS OR AS SUBCONSULTANTS. 8. VOLUME OF WORK PREVIOUSLY AWARDED TO THE FIRM BY THE DEPARTMENT OF DEFENSE. Estimated Construction Cost: N/A. Type of contract: Indefinite Quantity Contract/Firm Fixed Price Task Order. Estimated Start Date: Apr 1997. There will be no dollar limit per project. The total fee that may be paid under this contract (including the option years) will not exceed $5,000,000 per year. The duration of this contract will be for one year from the date of an initial contract award with an option for four additional one-year periods. The minimum guarantee for each option year will be $50,000. The options may be exercised within the time-frame specified in the resultant contract at the sole discretion of the Government subject to workload and/or satisfaction of A/E performance under the subject contract. Since this contract may result in an award valued in excess of $500,000, a small business subcontracting plan will be required if the selected firm is a large business concern. The small disadvantaged business set-aside goals and the women-owned small business goals in the plan shall not be less than 5% each of the subcontracted work. The SIC code is 8711 and the small business size standard classification is $2,500,000. THE PROPOSED CONTRACT IS BEING SOLICITED ON AN UNRESTRICTED BASIS, THEREFORE REPLIES TO THIS NOTICE ARE REQUESTED FROM ALL BUSINESS CONCERNS. A/E firms which meet the requirements described in this announcement are invited to submit completed Standard Forms 254 and 255 to the office shown above. Block 10 of the Standard Form 255 will summarize how the firm meets the stated evaluation criteria for this contract. A matrix format must be included documenting proposed team members specialized experience relevant to the subject contract as follows: IN LEFT HAND COLUMN SHOW: Relevant projects (use number of project assigned in Block 8 of Standard Form 255). ACROSS TOP ROW OF MATRIX SHOW: Team member's name (show key person named in Block 7 of SF 255). IN BODY OF MATRIX SHOW: Role of team member (include consultants) on relevant project i.e., Project manager, Project Engineer, Architect, etc... Firms must also indicate their past performance with respect to quality of work, cost control, and compliance with performance schedules. Include performance evaluations and/or letters of commendation (as attachments) for office making this submission, date design completion scheduled, date design completed, and final cost estimated compared to the contract award amount. Firms must also indicate if they are a subsidiary, and if so, must state if they are normally subject to management decisions, bookkeeping, and policies of their holding or parent company. Also indicate if firm is an incorporating subsidiary that operates under a firm name different from the parent comapny. SELECTION INTERVIEW REQUIREMENTS: At the selection interview, the A/E firms slated for interviews must submit their Design Quality Assurance Plan (DQAP), specific quality control process, a listing of present business commitments with their required completion schedules; financial and credit references (include name and telephone numbers of officers at their financial institutions; and performance references. Firms responding to this announcement by 10 Dec 96 will be considered. Late responses will be handled in accordance with FAR 52.215-10. NEITHER HAND-CARRIED PROPOSALS NOR FACSIMILE RESPONSES WILL BE ACCEPTED. Respondents may supplement this proposal with graphic material and photographs which best demonstrate capabilities of the team proposed by the project. No material will be returned. This is not a request for proposal. (0310)

Loren Data Corp. http://www.ld.com (SYN# 0013 19961106\C-0009.SOL)


C - Architect and Engineering Services - Construction Index Page