|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 3,2000 PSA#2529Naval Facilities Engineering Command Contracts Office, Washington Navy
Yard, 1435 Pendellton Avenue SE Suite 3000, Washington, DC 20374-5063 C -- PROFESSIONAL, ADMINISTRATIVE AND MANAGEMENT SUPPORT SERVICES SOL
N47408-00-R-2107 DUE 030200 POC Mr. Wilbur Meeks, Contract Specialist,
(202) 433-5313 WEB: NO RFP WILL BE ISSUED,
http://www.navfacco.navfac.navy.mil/. E-MAIL: SMTP,
meekswv.nfesc.navy.mil. PART: U.S. GOVERNMENT PROCUREMENTS SUBPART:
SERVICES CLASSCOD: R -- Professional, Administrative and Management
Support Services OFFADD: Commanding Officer, NAVFACCO Bldg 41 Code 80,
NAVFACENGCOMDET-SLC, 4111 San Pedro Street, Port Hueneme, CA
93043-4301 SUBJECT: R -- INDEFINITE QUANTITY CONTRACT FOR MISCELLANEOUS
DESIGN AND ENGINEERING SERVICES FOR COMMUNICATIONS AND ELECTRONIC
FACILITIES, VARIOUS LOCATIONS WORLDWIDE SOL N47408-98-R-4196 DUE 030398
POC Mr. Wilbur Meeks, Contract Specialist, (202) 433-5310 or Rita D.
Palmore, Contracting Officer, (202) 433-5313 DESC: The Naval Facilities
Engineering Service Center, East Coast Detachment in Washington, D.C.
is seeking at least two sources to perform multi-disciplinal
architectural and engineering services related to communications and
electronics facilities at various locations worldwide. These locations
include, but are not limited to, shore based permanent and relocatable
components, such as communication centers, transmitters, receivers,
antennas, data processing centers, training facilities, laboratories,
command/control/communication/computer and intelligence centers (C4I)
and cryptographic centers. Services may involve repair/replacement,
maintenance, installation or new construction projects and will
include, but not be limited to, all or part of the following:
conducting engineering investigations and concept studies, including
preparation of technical reports; preparation of facility studies,
preparation of engineering documentation; preparation of Base
Electronic Systems Engineering Plans (BESEP); preparation of
criteria/basis of design; preparation of preliminary and final design;
preparation of plans, specifications, and construction cost estimates;
shop drawing reviews; construction consultation and inspection;
preparation of record drawings; review of planning documents; review of
design plans, specifications, and estimates to determine conformance to
criteria/basis of design; review and perform site inspection of
construction projects to determine conformance to criteria, design
plans and specifications; performance of post construction facility
inspection and evaluation. Support areas shall include, planning,
design, installation, construction, and maintenance related to
facilities, functional layouts, power distribution, power conditioning,
HVAC, structural inspection of antennas and towers, RFI and HEMP
shielding, special equipment design and special welding processes
analysis and design. Review Un-interruptible Power Supply systems
manuals and test plans, design and installation of UPS and emergency
generators sets, and provide field engineering services when required.
Provide development, composition, drafting layouts and editing of full
color information brochures (Architectural renderings). Hazardous
materials, i.e. asbestos and PCBs, may be present at any project
location. The firm or its' subcontractor may be required to conduct
hazardous material removal surveys, including testing and sampling,
provide design removal procedures and, if required, prepare
construction contract documents in accordance with applicable rules and
regulations pertaining to hazardous materials. The selected A/E firm
for this contract will be required to provide overhead, profit, and
discipline hourly rates to the Contracting Officer within 7 days after
receiving the basic contract's Request for Proposal (RFP). The
selected firm will also be required to provide fee proposals within 10
days after receiving each delivery order RFP. Each delivery order will
be a firm fixed price A/E contract. The contract guaranteed minimum
amount shall be $20,000. The total contract amount will not exceed
$1,000,000 for each year. The duration of the contract will be for the
period of one (1) year, with the possibility of two (2) additional one
year options. The estimated start date is May 18, 2000. Selection
evaluation criteria, in relative order of importance are included
below: (1) Specialized experience and professional qualifications of
the engineering firm (including its subcontractors) providing
multi-disciplinal architectural and engineering support services, and
the proposed project team in providing complete design and engineering
services for communications and electronics facility requirements as
described herein, including planning, facility designs (new and
repair/maintenance), construction inspection and consultation services,
functional layouts, power distribution, power conditioning, HVAC,
structural inspection of antennas, RFI, and HEMP shielding, special
equipment design and special welding processes analysis and design.
Design and inspection of Un-interruptible Power Supply systems (UPS);
review of UPS manuals, test plans and installation drawings. Design and
inspection of emergency generators sets, perform field engineering
services when required. (2) Demonstrate capabilities in sustained
accomplishment of work within established time limits for multiple and
simultaneous delivery orders. (3)(a) Past performance of the prime A/E
firm (and subcontractors) in the firms' quality control/quality
assurance program to assure coordinated, technically accurate reports,
investigations, inspections, document reviews, design, studies, plans,
specifications, and construction cost estimates; (3)(b) Past
performance in providing assigned tasks on schedule and within
established costs. (4) The firm's and project team's present workload.
(5) Preference will be given to firms that demonstrate experience in
and the ability to provide worldwide services. (6) Volume of work
previously awarded to the firm by the Department of Defense. Each
Firm's past performance(s) and performance ratings will be reviewed
during the evaluation process and can affect the selection outcome.
Firms which meet the requirements listed in this announcement are
invited to submit one copy each of the completed Standard Form (SF)
254, Architect-Engineer and Related Services Questionnaire," and SF
255, "Architect-Engineer Related Services for Specific Project," to the
office indicated below. Site visits will not be arranged during the
advertisement period. This proposed contract is being solicited on an
unrestricted basis. Firms having a current SF 254 on file with this
office may also be considered. Interested firms are requested to
include on their SF 254, in block 6, and on SF 255, in block 3a, their
facsimile numbers, their Dunn and Bradstreet ('DUNS') number, and
their Taxpayer Identification Number (TIN). In Block 10, SF 255, state
why your firm is specially qualified based on the selection evaluation
criteria. Furthermore, use Block 10 of SF 255 to provide additional
relevant information that you desire to be known about your firm. Firms
are requested to list in Block 10, SF 255, all open end/multi-task
and/or indefinite quantity (IDQ)-type contracts currently being
performed for the Naval Facilities Engineering Service Center (NFESC)
and its subordinate activities, along with the date(s) of award. Only
the SF 254 and SF 255 will be reviewed, except as indicated otherwise
herein. Experiences identified in Block8 of SF 255 should not be more
than 5 years old. The primary person proposed to be the direct contact
with NFESC for the contract work should be identified as the "Project
Manager." Information in the cover letter and any other attachments,
except as otherwise indicated above, will not be considered in the
selection process. Submit the SF 254 and SF 255 to the Naval Facilities
Engineering Command Contracts Office (NAVFACCO), Offshore Facilities
Contracts Branch, Washington Navy Yard, Building 218, 1435 10th Street,
Suit 3000, SE, Washington, DC, 20374-5063, by 3:30 p.m. 30 days from
the date of this publication. Should the due date fall on a weekend or
official Government holiday, the SF254 and SF255 are due on the first
workday thereafter. Copies of SF 254 and SF 255 sent by facsimile will
not be accepted. This is not a request for proposal. The selected
firm(s) may be subject to an advisory audit performed by the Defense
Contract Audit Agency. Because this contract acquisition could result
in an award of over $500,000.00, a subcontracting plan will be required
by the selected firms if the firms are large companies not qualifying
as SDBS. The subcontracting plan shall have goals of setting aside for
small disadvantaged businesses not less than 5 percent of the efforts
subcontracted. This does not apply if the prime firm is a small
business. Posted 02/01/00 (W-SN420676). (0032) Loren Data Corp. http://www.ld.com (SYN# 0023 20000203\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|