Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 12,1996 PSA#1740

U. S. ARMY CORPS OF ENGINEERS, OMAHA DISTRICT, 215 NORTH 17th STREET OMAHA, NE 68102-4978

C -- DSN & IMPLEMENTATION OF CONTROL SYSTEM FOR INTEROPERABILITY OF ENERGY MANAGEMENT & CONTROL FOR BUILDING 444, DEFENSE FINANCE & ACCOUNTING SERVICE (DFAS) -- DENVER CENTER, DENVER, COLORADO SOL DACA45-97-R-0018 POC For further information, contact John M. Miller at: (402) 221-4176 and for technical questions call Kevin Pace at (402) 221-4544. CONTRACT INFORMATION: Types of services required will include site investigations, studies, reports, final design and equipment procurement and installation services. Basic contract will involve services for one area of Building 444. Services for additional areas will be contract options. A Firm Fixed Price Contract will be negotiated for these services. Estimated completion date for the basic contract is June 1997 with anticipated start date of April 1997. Completion of contract options are expected to take up to three years. If a large business is selected for this project, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to contract. This plan is not required with this submittal. The subcontracting goals for this contract are that a minimum of 55% of the contractor's intended subcontract amount be placed with small businesses (SB), 8.5% be placed with small disadvantaged businesses (SDB) and 3% be placed with women-owned small businesses (WOSB). PROJECT INFORMATION: Project consists of the evaluation of the availability, reliability, functional capability range of functions, performance and workability of LonMark compatible control devices. The selected A-E will be required to design, install and test a system to monitor and control fire detection system, lighting, heating ventilating and air conditioning equipment. This control system must be comprised of LonMark compatible components interconnected using commonly available interface technologies. The system will use components from multiple manufacturers in order to evaluate the inter-connectibility between manufacturers, installation flexibility, installation time and ease of maintenance and operation. The design will incorporate equipment operational sequences from previous drawings, specifications and design analysis for the Energy Management and Control System (EMCS) Upgrade at the DFAS -- Denver Center in Denver, Colorado. The basic contract will include two multi-zone airhandling units, one lighting zone, alarm system interface and central station equipment. There will be approximately 10 other areas within Building 444 which will be included as contract options. In order to implement the open protocol technologies anticipated in this phase of the project, the staff of the selected A-E must complete or have completed the following manufacturers approved system integration and software development training courses: LonWorks System Integration Course -- five days, two people and Lonworks Technology course -- four days, one person. The courses must be completed prior to the start of work or no later than 30 days after contract award. Previous training must have been completed within two years prior to contract award. SELECTION CRITERIA: See Note 24 for general selection process. Criteria for selection, in order of importance, are: (a) Recent specialized experience and technical competence of the firm (including consultants) in: (1) LonWorks technology (2) EMCS design and installation (3) Computer language programming (4) Design and installation of Local Area Networks (LAN) (5) Projects requiring continuous operation of facilities during design (6) Technical analysis of existing EMC Systems (7) Producing Computer Aided Drafting and Design (CADD) drawings fully compatible with AUTOCAD version 13 or later. (b) Knowledge of the locality of the DFAS -- Denver Center. (c) Capability of the firm (including consultants) in project scheduling and management in the following areas: (1) Timeline development, phasing and planning of similar projects (2) Effective oversight of the project team (3) Effective management of field changes and modifications (4) Ability to maintain continuance of critical computer operations during performance of the contract (5) Effective quality control (d) Professional qualifications and specialized experience of the proposed project team staff members (including consultants) in the following areas: (1) Design and installation with LonMark compatible devices (2) Completion of LonWorks training courses (3) Control systems computer language programming (4) EMCS design and installation (5) HVAC temperature control systems design and installation (6) Lighting system design and installation (7) Fire detection system design and installation (8) Management, including analysis projects (9) On-site design and field work (e) Capacity to perform the work in the required time. (f) Past performance as described in Note 24. (g) Location in the general geographic area of the project. (h) Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. (i) Volume of DOD contract awards in the last 12 months as described in Note 24. SUBMITTAL REQUIREMENTS: Solicitation packages are not provided for A-E contracts. This is not a request for proposal. Firms desiring consideration shall submit two copies of a combined SF 255 and separate SFs 254 for prime and each consultant. To be considered, submittals must be addressed as follows: U.S. Army Corps of Engineers, Omaha District, CEMRO-ED-C, ATTN: John M. Miller, 215 N. 17th Street, Omaha, NE 68102-4978. Submittals must be received no later than close of business on the 30th day after the date of publication of this announcement. If the 30th day is a Saturday or Sunday or a federal holiday, the deadline will be the close of business on the next business day. In block 10 of the SF 255, provide the following: (a) Design Management Plan (DMP). The DMP should be brief and address the scheduling and management capability of the firm as listed in evaluation criterion (c). Include an organization chart showing the inter-relationship of management and various team components (including subcontractors). (b) The firm's present workload and the availability of the project team (including consultants) for the specified contract performance period. In block 3 of SF 255 provide the submitting firm's number (six or seven digits) assigned by the North Pacific Division, U.S. Army Corps of Engineers, for the Architect-Engineer Contract Administration Support System (ACASS) and the firm number for any consultants in block 6 of the SF 255. If unknown, so state. To receive information to obtain an ACASS number, call (503) 326-3459. Personal visits for this solicitation to the Omaha District offices or the project site will not be scheduled. See Numbered Note(s): 24. (0345)

Loren Data Corp. http://www.ld.com (SYN# 0017 19961212\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page