Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 28,1999 PSA#2464

Contracting Officer, ROICC Annapolis, 181 Wainwright Road, U.S. Naval Academy, Annapolis, MD 21402-5013

C -- INDEFINITE QUANTITY CONTRACT FOR MISCELLANEOUS MECHANICAL & ELECTRICAL DESIGN AND ENGINEERING SERVICES SOL N62477-99-R-0663 DUE 113099 POC Mary Whitmore 410 293 3162 MISCELLANEOUS MECHANICAL & ELECTRICAL ENGINEERING DESIGN & ENGINEERING SERVICES, U.S. NAVAL ACADEMY, ANNAPOLIS, MD SOL N62477-99-R-0663. The work requires Mechanical and Electrical Engineering Design and Engineering Services necessary for the preparation of plans and specifications complete and ready for bidding accompanied by cost estimates and design calculations for projects at the U.S. Naval Academy, Annapolis, MD. Other services that may be required are studies, land surveys, soil borings and other testing, permits (storm water management, sediment and erosion control, etc), review of shop drawings, construction consultation and construction inspection services. Title II construction record drawings and post construction award services (PCAS) may be required at any time up to the final acceptance of all work. Projects will include work on a variety of buildings and facilities including Historic Structures and other cultural resources at the U.S. Naval Academy. The types of projects will include, but not be limited in scope to inspection, repair, modification and/or new construction for HVAC, high temperature hot water, steam and chilled water systems, miscellaneous plumbing systems, fire protection installations, lighting, communications and electrical distribution systems. Although none is now known, the existence of asbestos, lead or other hazardous materials in the areas of the projects is possible and the A/E may be required to identify, test and provide designs which will accommodate the disposal of this material in the construction plans and specifications in accordance with applicable rules and regulations pertaining to such hazardous materials. A/E must test, in accordance with government regulations, any confined space he enters to insure a gas free condition. Also, before entering spaces containing asbestos, he must be medically approved for and wear an appropriate respirator and clothing. Individual fees for any one project may not exceed $250,000. The duration of the contract will be for the period of one year with a one year option. If exercised, the A/E will receive official notice at least 60 days prior to the end of the first year. Each project will be a firm fixed price A/E contract. Subject to necessary changes, the total contract amount will not exceed $500,000 for each year. A specific initial project has not been identified for this indefinite quantity contract. The types of projects mentioned above, which may be added by delivery order, will require basic professional engineering skills and in addition will involve development of plans, specifications, cost estimate, design calculations and post construction award services. Selection criteria, in relative order of importance are included below. See Note 24 for standard criteria. (1) Specialized experience and technical competence in the type of work required including work on academic buildings and support facilities utilizing in-house personnel for mechanical/electrical engineering, cost estimating, CAD design using AUTOCAD R13.0 or R14.0, and specifications using SPECSINTACT and Word97; (2) Firms not having full in-house capability must demonstrate how they will manage subcontractors and insure quality control; (3) Capability of the firm to accomplish the work within the required time, considering such factors as loss of key personnel and volume of other work, i.e. multiple (simultaneous) delivery orders within the required time limits; (4) Proximity of the firm in the Baltimore-Washington area to the U.S. Naval Academy; (5) Past experience, if any, of the firm with respect to performance of DOD A/E contracts. Volume of work previously awarded to firm by DOD shall also be considered, with the object of effecting an equitable distribution of DOD A/E contracts. Each firm's past performance(s) and performance ratings will be reviewed during the evaluation process and can affect the selection outcome. Architect-Engineer firms which meet the requirements listed in this announcement are invited to submit one copy each of the completed Standard Form 254 and SF255, U.S. Government Architect-Engineer Qualifications, to the office indicated below. Personal visits for the purpose of discussing the project are discouraged and site visits will not be arranged. Only firms responding to this announcement by close of business on the 30th day from the CBD publication date (including the CBD publication date) will be considered. Should the due date fall on a weekend or an official Government holiday, the SF255 is due on the first workday thereafter. Firms having a current SF254 on file with this office may also be considered. Interested firms are requested to include telefax numbers on their SF254 and SF255. This is not a request for proposal. Small Disadvantaged Businesses are encouraged to submit. Contracting Office, ROICC, 181 Wainwright Road, Halligan Hall, U.S. Naval Academy, Annapolis, MD 21402-5013. Posted 10/26/99 (W-SN395167). (0299)

Loren Data Corp. http://www.ld.com (SYN# 0023 19991028\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page