Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 16,1998 PSA#2013

Commanding Officer, NAVFACCO Bldg 41 Code 27, NCBC 1000 23rd Ave, Port Hueneme, CA 93043-4301

R -- INDEFINITE QUANTITY CONTRACT FOR MISCELLANEOUS DESIGN AND ENGINEERING SERVICES FOR COMMUNICATIONS AND ELECTRONIC FACILITIES, VARIOUS LOCATIONS WORLDWIDE SOL N47408-98-R-4196 DUE 030398 POC Anita M. Norris, Contract Specialist, (202) 433-5310 or Rita D. Palmore, Contracting Officer, (202) 433-5313 The Naval Facilities Engineering Service Center, East Coast Detachment in Washington, D.C. is seeking sources to perform multi-disciplinal architectural and engineering services related to communications and electronics facilities at various locations worldwide. These locations include, but are not limited to, shore based permanent and relocatable components, such as communication centers, transmitters, receivers, antennas, data processing centers, training facilities, laboratories, command/control/communication/computer and intelligence centers (C4I) and cryptographic centers. Services may involve repair/replacement, maintenance, installation or new construction projects and will include, but not be limited to, all or part of the following: conducting engineering investigations and concept studies, including preparation of technical reports; preparation of facility studies, preparation of engineering documentation; preparation of Base Electronic Systems Engineering Plans (BESEP); preparation of criteria/basis of design; preparation of preliminary and final design; preparation of plans, specifications, and construction cost estimates; shop drawing reviews; construction consultation and inspection; preparation of record drawings; review of planning documents; review of design plans, specifications, and estimates to determine conformance to criteria/basis of design; review and perform site inspection of construction projects to determine conformance to criteria, design plans and specifications; performance of post construction facility inspection and evaluation. Support areas shall include, planning, design, installation, construction, and maintenance related to facilities, functional layouts, power distribution, power conditioning, HVAC, structural inspection of antennas and towers, RFI and HEMP shielding, special equipment design and special welding processes analysis and design. Review Uninterruptible Power Supply systems manuals and test plans, design and installation of UPS and emergency generators sets, and provide field engineering services when required. Provide development, composition, drafting layouts and editing of full color information brochures (Architectural renderings). Hazardous materials, i.e. asbestos and PCBs, may be present at any project location. The firm or its' subcontractor may be required to conduct hazardous material removal surveys, including testing and sampling, provide design removal procedures and, if required, prepare construction contract documents in accordance with applicable rules and regulations pertaining to hazardous materials. The selected A/E firm for this contract will be required to provide overhead, profit, and discipline hourly rates to the Contracting Officer within 7 days after receiving the basic contract's Request for Proposal (RFP). The selected firm will also be required to provide fee proposals within 10 days after receiving each delivery order RFP. Each delivery order will be a firm fixed price A/E contract. The contract guaranteed minimum amount shall be $20,000. The total contract amount will not exceed $1,000,000 for each year. The duration of the contract will be for the period of one (1) year, with the possibility of two (2) additional one year options. The estimated start date is August 1998. Selection evaluation criteria, in relative order of importance are included below: (1) Specialized experience and professional qualifications of the engineering firm (including its subcontractors) providing multi-disciplinal architectural and engineering support services, and the proposed project team in providing complete design and engineering services for communications and electronics facility requirements as described herein, including planning, facility designs (new and repair/maintenance), construction inspection and consultation services, functional layouts, power distribution, power conditioning, HVAC, structural inspection of antennas, RFI, and HEMP shielding, special equipment design and special welding processes analysis and design. Design and inspectionof Uninterruptible Power Supply systems (UPS); review of UPS manuals, test plans and installation drawings. Design and inspection of emergency generators sets, perform field engineering services when required. (2) Demonstrate capabilities in sustained accomplishment of work within established time limits for multiple and simultaneous delivery orders. (3)(a) Past performance of the prime A/E firm (and subcontractors) in the firms' quality control/quality assurance program to assure coordinated, technically accurate reports, investigations, inspections, document reviews, design, studies, plans, specifications, and construction cost estimates; (3)(b) Past performance in providing assigned tasks on schedule and within established costs. (4) The firm's and project team's present workload. (5) Preference will be given to firms that demonstrate experience in and the ability to provide worldwide services. (6) Volume of work previously awarded to the firm by the Department of Defense. Each Firm's past performance(s) and performance ratings will be reviewed during the evaluation process and can affect the selection outcome. Firms which meet the requirements listed in this announcement are invited to submit one copy each of the completed Standard Form (SF) 254, Architect-Engineer and Related Services Questionnaire," and SF 255, "Architect-Engineer Related Services for Specific Project," to the office indicated below. Site visits will not be arranged during the advertisement period. This proposed contract is being solicited on an unrestricted basis. Firms having a current SF 254 on file with this office may also be considered. Interested firms are requested to include on their SF 254, in block 6, and on SF 255, in block 3a, their facsimile numbers, their Dunn and Bradstreet ('DUNS') number, and their Taxpayer Identification Number (TIN). In Block 10, SF 255, state why your firm is specially qualified based on the selection evaluation criteria. Furthermore, use Block 10 of SF 255 to provide additional relevant information that you desire to be known about your firm. Firms are requested to list in Block 10, SF 255, all open end/multi-task and/or indefinite quantity (IDQ)-type contracts currently being performed for the Naval Facilities Engineering Service Center (NFESC) and its subordinate activities, along with the date(s) of award. Only the SF 254 and SF 255 will be reviewed, except as indicated otherwise herein. Experiences identified in Block 8 of SF 255 should not be more than 5 years old. The primary person proposed to be the direct contact with NFESC for the contract work should be identified as the "Project Manager." Information in the cover letter and any other attachments, except as otherwise indicated above, will not be considered in the selection process. Submit the SF 254 and SF 255 to the Naval Facilities Engineering Command Contracts Office (NAVFACCO), Offshore Facilities Contracts Branch, Washington Navy Yard, Building 218, 901 M Street, SE, Washington, DC, 20374-5063, by 3:30 p.m. 30 days from the date of this publication. Should the due date fall on a weekend or official Government holiday, the SF254 and SF255 are due on the first workday thereafter. Copies of SF 254 and SF 255 sent by facsimile will not be accepted. This is not a request for proposal. The selected firm may be subject to an advisory audit performed by the Defense Contract Audit Agency. Because this contract acquisition could result in an award of over $500,000.00, a subcontracting plan will be required by the selected firms if the firms are large companies not qualifying as SDBS. The subcontracting plan shall have goals of setting aside for small disadvantaged businesses not less than 5 percent of the efforts subcontracted. This does not apply if the prime firm is a small business. (0014)

Loren Data Corp. http://www.ld.com (SYN# 0075 19980116\R-0010.SOL)


R - Professional, Administrative and Management Support Services Index Page