|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 25,1998 PSA#2188Contracting Officer, Naval Facilities Engineering Command Contracts,
Bldg 289, Indian Head Division, Naval Surface Warfare Center, Indian
Head, MD 20640-5035 C -- MISCELLANEOUS MECHANICAL ELECTRICAL DESIGN AND ENGINEERING
SERVICES (INDEFINITE QUANTITY) SOL N62477-98-D-3545 DUE 102698 POC
Rhonda P. Mullendore, 301/743-4402 X 2194, Sheila K. Lundstrom,
Contracting Officer, 301/743-4748 The work includes an indefinite
quantity contract for mechanical electrical design and engineering
services with multi-disciplinary support. Task orders/projects may
include but not be limited to: preparation of studies, technical
reports and conceptual designs, conducting engineering evaluations and
preparation of construction contract drawings, specifications,
engineering calculations and cost estimates, complete and ready for
bidding. The A/E firm may also have to provide Post Construction Award
Services such as as-built drawing preparation, review and approval of
shop drawings, construction site visits and consultation during
construction. Although none is now known, the possibility of hazardous
materials, i.e. asbestos and lead paint may exist at the project
sites. If hazardous materials are encountered, the A/E Contractor may
be required to conduct testing and sampling, as well as provide design
and removal procedures in accordance with applicable rules and
regulations, electrical distribution, heating ventilation and air
conditioning (HVAC) for industrial areas, ventilation for explosive
areas, explosion proof equipment design and installation, equipment
controls, fire detection and protection systems for hazardous areas and
lightning protection systems. The preparation of comprehensive storm
water management plan or waivers for the state of Maryland may also be
required under this contract. The duration of this contract will be
for a period of one year. The Government reserves the right to exercise
for one additional year for additional services based on funding
availability and satisfactory performance by the contractor during the
intial contract period. Individual fees for any one project will not
exceed $100,000.00. The total fees per year shall not exceed
$500,000.00. Selection evaluation criteria, in relative order of
importance, include: (1) Specialized experience and professional
qualifications of the firm (and its subcontractors) in the following
areas: a. Design of mechanical and electrical syystems for industrial
and explosion-proof facilities with specific application using the
NAVSEA OP-5 manual, NAVOSH standards and Maryland air emissions
regulations. b. Design of process equipment systems and experience with
design for installation of government furnished equipment; c. Design of
primary and secondary lightning protection systems with specific
applicatons using MIL-HDBK 1004/6. d. Design and retrofit of fire
protection systems, including deluge and high speed deluge systems. (2)
Demonstrate the capabilities in the following areas: a. Ability to
sustain the loss of key personnel while completing the work within the
required time limits. b. Coordinating and preparing all required
permits for the State of Maryland especially storm water management
waiver requests. (3) Location -- Firms will be evaluated on their
location with respect to the general geographical area of the contract
and their knowledge of local codes, laws, permits, climate,
construction materials and practices of the area (provided that the
application of this criterion leaves an appropriate number of qualified
firms, given the nature and size of the project. (4). Provide
information regarding the firm's past performance in providing an
internal quality control program to assure technically accurate plans,
specifications, and construction cost estimates. Indicate the
effectiveness of this program in providing the following specific data;
a. track record for providing project submissions within established
design-to-amounts; b. track record for providing project submissions
within established performance schedules. Please provide a reference
for each project listed, including their phone number. (5) provide
information regarding the firms current status: a. Present firm's
workload in respect to the project team availability, including
subcontractor's. (6) Preference will be given to firms with the
capability of using CAD, SPECSINTACT and the Cost Estimating Systems.
Firms are required to prepare cost estimates utilizing a computerized
format and the specification in the SPECSINTACT system format. Firms
shall be responsible for accomplishing designs and preparing drawings
utilizing AUTO CAD versions 13 or 14. The Government will only accept
the final product for full operation, without conversion or
reformatting on the target system. The current target system is
MS/DOS/WINDOWS operating system. Scanned drawings shall be delivered in
native Intergraph format. Architect-Engineer firms that meet the
requirements described in this announcement wil be considered and firms
having a current SF 254 on file with this office can be considered.
Site visits will not be arranged during the advertisement period. This
proposed contract is being solicited on an unrestricted basis. Small
Business size standard SIC code is "8711", $2.5 million averages over
a three year period. Interested firms are requested to include telefax
numbers, the Contractor Establishment Code (CEC), and Taxpayer
Identification Number (TIN) on the SF 255 and SF 254 in Blocks3a and 1,
respectively. In Block 10, site why your firm is specifically qualified
based on the selection evaluation criteria. Also, use Block 10, to
provide additional information desired by your firm. Only the SF 254
and 255 will be reviewed. Experiences identified in Block 8 should not
be more than 5 years old. The A/E firm's primary person proposed to be
the direct contact with the Indian Head Division NAVSURFWARCEN
throughout the contract work should be identified as the "Project
Manager". Information in the cover letter and any other attachments
will not be included in the official selection process. Fax copies of
the SF 254 and 255 will not be accepted. This is not a request for
proposal. No other general notification to firms under consideration
will be made and no further action is required. Contracting Officer,
Indian Head Division, Naval Surface Warfare Center, Code 09C2SL,
Building 289, 101 Strauss Avenue, Indian Head, Maryland 20640-5035
Posted 09/23/98 (W-SN253368). (0266) Loren Data Corp. http://www.ld.com (SYN# 0007 19980925\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|