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