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