Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 10,1999 PSA#2299

U. S. Army Engineer District, Savannah, P.O. Box 889, Savannah, Georgia 31402-0889

C -- INDEFINITE DELIVERY INDEFINITE QUANITY CONTRACT FOR COMMISSIONING OF HVAC SYSTEMS ON PROJECTS UNDER JURISDICTION OF SAVANNAH DISTRICT SOL DACA21-99-R-0025 POC Thomas Maganini (Technicial Questions) 912-652-5920; Linda Elliott (Contractual Questions) WEB: Corps of Engineers, Savannah District, Contracting, http://www.usace.army.mil. E-MAIL: Linda G. Elliott, linda.g.elliott@sas02.usace.army.mil. CONTRACT INFORMATION: The Savannah District, U.S. Army Corps of Engineers, requires the services of an Architect-Engineer firm for one Multidiscipline Indefinite Delivery/Indefinite Quantity contract for Commissioning of HVAC Systems on Projects Under Jurisdiction of Savannah District. The contract will consist of a base ordering period and two option periods, each period not to exceed one year, for a total of three years. The total of all task orders during each ordering period may not exceed $250,000. Individual task orders may not exceed $250,000. The total amount of each contract over the three-year ordering period may not exceed $750,000. This contract is primarily intended for use by Savannah District as stated above, however, task orders may be issued for projects under the jurisdiction of other Corps of Engineers Districts within the South Atlantic Division. This announcement is open to all firms regardless of size. Large business offerors must identify subcontracting opportunities with small/small disadvantaged & women owned business on their SF 255. If selected the large business offeror will be required to submit a small/small disadvantaged & women owned subcontracting plan in accordance with FAR 52.219-9 and DFARS 219.704/705 as a part of the Request for Proposal package. The following subcontracting goals are the minimum acceptable goals to be included in the subcontracting plan. OF THE SUBCONTRACTED WORK, 62% TO SMALL BUSINESS: 10% TO SMALL DISADVANTAGED BUSINESS (A COMPOSITE OF SMALL BUSINESS); 5% TO WOMEN-OWNED BUSINESS (A COMPOSITE OF SMALL BUSINESS). Large business firms that intend to do any subcontracting must convey their intent to meet the minimum subcontracting goals on the SF 255, Block 6. Written justification must be provided if the minimum goals cannot be provided. For additional information please contact Ms. Linda Elliott, Contract Specialist, at 912/652-5076. **** 2. PROJECT INFORMATION: Task Orders to be issued under this contract will be for A-E Services related to commissioning of HVAC Systems in projects under jurisdiction of Savannah District. All design files must originate in and be delivered in the (*.dgn) format. Exceptions may be granted if the use of scanned files is required. In this case the scanned files must be converted to (*.dgn) format for delivery. All design files will be developed using the Tri Service AEC Standard as supplemented by the Savannah District instructions. The standards include naming convention, file and directory structure, line weights, levels, and color. Any deviation shall be approved by the Contracting Officer. **** 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in descending order of importance. Criteria a-e is primary. Criteria f-g is secondary and will be used as "tie-breakers" among technically equal firms. **** a. Specialized experience and technical competence in: (1) Testing and Evaluation of the functional performance of pumps, chillers, cooling towers, VAV terminals,VAV Air handling units, multizone air handling units, packaged air cooled chillers, air cooled condensing units, hot water boilers, steam boilers, fan coil units, unit heaters, steam/hot water converters, computer room units, HVAC controls and energy recovery systems. (2) HVAC system testing and balancing (3) Pre-commissioning checks deficiency identifications and retests. (4) Construction consultation and inspection (5) Design of new HVAC systems (6) Design of improvements and repairs to existing HVAC systems (7) Preparation of documents related to inspection, testing and maintenance of HVAC systems. (8) Experience in originating design in (*.dgn) format. **** b. Past performance on DoD and other contracts with respect to cost control, quality of work and compliance with performance schedules. **** c. Capacity to accomplish multiple simultaneous task orders and provide staff in the following disciplines: Mechanical (HVAC) Engineer, HVAC Controls Engineer, Electrical Engineer, HVAC System Technician and certified TAB Technician. Please disregard the "to be utilized" statement at Block 4 of SF 255 and show the total strength of each discipline. **** d. Professional qualification of key management and professional staff members. The test and balance firm shall be certified by the Associated Air Balance Council (AABC) or the National Environmental Balancing Bureau (NEBB). The lead-balancing technician shall be qualified by AABC or NEBB and his qualification data shall include past experience on at least five similar projects. **** e. Knowledge of locality as it pertains to geological features, environmental and climatic conditions and local construction methods used on projects under Savannah District jurisdiction. **** f. Degree of participation of SB, SDB, WOB, HBCU or MI as prime contractor, subcontractor or joint venture partner. **** g. Volume of DoD contract awards in the last 12 months as described in Note 24. **** 4. SUBMISSION REQUIREMENTS: Interested firms must submit ONE (1) copy of SF 255 (11/92 edition) for prime and ONE (1) copy of SF 254 (11/92) for prime and all consultants to the following address: US Army Engineer District, Savannah, ATTN: CESAS-EN-ES (Ms. Smulevitz), 100 W. Oglethorpe, Savannah, GA 31401-3640, not later than close of business the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Holiday, the deadline is the close of business of the next business day. FIRMS MUST INCLUDE PRIME'S ACASS NUMBER in block 3b of SF 255. For ACASS information call 503/808-4591. FACSIMILE SUBMITTALS WILL NOT BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Firms selected will be required to submit a Design Quality Assurance Plan concurrently with their fee proposal. Information on what is to be contained in this plan will be furnished upon notification of selection. Firms responding to this announcement are requested not to transmit this plan with their SF 255. **** PHONE CALLS are DISCOURAGED unless ABSOLUTELY necessary. **** PERSONAL VISITS for the purpose of DISCUSSING this announcement WILL NOT BE SCHEDULED. **** THIS is NOT a REQUEST for a PROPOSAL. Posted 03/08/99 (W-SN306103). (0067)

Loren Data Corp. http://www.ld.com (SYN# 0013 19990310\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page