Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 23,1998 PSA#2122

Officer in Charge, NAVFAC Contracts, 520 Turner Street, Pensacola, FL 32508-5225

R -- INDEFINITE QUANTITY CONTRACT FOR ELECTRICAL ENGINEERING DESIGN AND ENGINEERING SERVICES FOR VARIOUS PROJECTS AT THE PENSACOLA NAVAL COMPLEX, PENSACOLA, FL SOL N65114-98-R-2511 DUE 080398 POC Contact Sharon Burgdoff (850) 452-4616, ext. 130 SERVICE REQUIREMENT. An indefinite Delivery Contract for Electrical Engineering Services is requested for a contract to convert Circuit 4-B12 (a 4.2 KV overhead circuit approximately 8000 ft. long) to 12 KV on Naval Air Station, Pensacola, and additional work at the Pensacola Naval Complex, Pensacola, FL. Work consists of replacing existing 25 each (10-100 KVA) pole mounted transformers with dual voltage primary (12.47/2.4 KV -- 120/240 V) transformers. Remove the 2.4 KV switchgear with associated 1200 KVA transformer. Reconnect circuit 4-B12 to the 12 KV bus at Sectionalizing Station "B". Additional work may consist of shop working plans, contract plans specifications, cost estimates, and investigation reports for repair, replacement or expansion of existing systems, providing new systems in high, medium and low voltage distribution, building service, feeder and branch circuit wiring and equipment, lighting, control systems, fire protection, and control wiring. Accumulated design fees for all projects over a 12-month period shall not exceed $200,000. The minimum guaranteed amount of this contract will be $4,000 (Base Year Only). The projects will be principally of an electrical nature, but may include mechanical, civil, structural, or architectural support. Shop working plans shall be scale drawings, sufficiently complete and detailed to enable government mechanics to perform the necessary installation. Contract plans shall be so complete as to enable private contractors to bid on and successfully complete the desired work. All drawings shall be prepared on printed mylar provided by the government. In addition, work shall be prepared on CAD systems, copies of the disks shall be provided to the government. Contract specifications shall follow the current Navy format. Cost estimates shalll be prepared on government furnished forms. Investigation reports shall be clear and concise, giving findings and recommendations along with cost estimates of work needed to accomplish the desired results. The selectedfirm will be given, as required, samples of shop working plans, specifications, investigation reports and cost estimates prior to negotiation. Upon award, the firm will have access to appropriate engineering files and information to be used in execution of their work. Field investigations shall be required to verify information obtained in the files. As part of this contract, an asbestos assessment will be required to determine the presence of asbestos. Asbestos assessment will either be provided by the government or the A/E. This contract may require the A/E to develop a comprehensive asbestos survey to include sampling and testing, and the preparation of plans and specifications showing the location of the asbestos and specifying the procedure to be followed during construction and/or demolition to prevent the release of airborne asbestos. The selected firm or his consultant who would be involved in asbestos operations must be licensed by the State of Florida. Proof of State of Florida asbestos license shall accompany the Standard Form (SF) 255. Contact the State Asbestos coordinator in Tallahassee, FL at (850) 488-1344. Firms unable to accept work which may involve asbestos need not apply. At the time of negotiations, the firm shall provide a proposed schedule of completion for the initial basic project, and the first project assigned shall be completed within 60 calendar days maximum from the date of award including Government interim reviews. The government may introduce additional projects. Extensions of time, completion dates, and additional fees to be negotiated separately. Proof of current registration as an Architect or Engineer shall accompany the SF 255. Indefinite Delivery Contract No. N65114-98-R-2511 applies. The government has the option to extend the term of the contract one additional year with the same limitation as the first year. Selection will be based on the following criteria, numbered in order of importance: 1. Professional qualifications necessary for satisfactory performance of required services; 2. Specialized experience and technical competence in the type of work required; 3. Capacity to accomplish the work in the required time; 4. Past experience on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; 5. Location in the general geographical area of the project and knowledge of the locality of the project. A/E firms which meet the requirements described in the announcement are invited to submit completed SF 254 (unless already on file) and SF 255, U.S. Government Architect-Engineer Qualifications, to the office shown above. The qualification statements should clearly indicate the office location where the work will be performed and to identify the individuals and qualifications of those anticipated to work on the contract. Firms responding to this announcement must be prepared to accept the above as a part of their contract responsibility. All information must be included with the SF 255; cover letter and other attachments will not be considered in the evaluation process. Firms having a current SF 254 on file with this office and those responding by 4:00 P.M. CST August 3, 1998 will be considered. The small business size standard classification is SIC 8711, which represents the firm's annual gross receipts for the three prececing years do not exceed $2,500,000. Inquiries concerning this project should mention location and contract number. Pursuant to Public Law 100-656, Small Business Competitiveness Demonstration Program, this procurement has been classified as unrestricted. This is not a request for a proposal. See Note 24. (0170)

Loren Data Corp. http://www.ld.com (SYN# 0065 19980623\R-0010.SOL)


R - Professional, Administrative and Management Support Services Index Page