Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 13,2000 PSA#2578

Department Of The Navy, Naval Facilities Engineering Command, Commander, Atlantic Division, Contracts Office, Code 02211, 1510 Gilbert Street, Norfolk, Virginia 23511-2699

C -- INDEFINITE QUANTITY CONTRACT FOR ELECTRICAL AND MECHANICAL SERVICES INVOLVING ENERGY AND WATER AUDITS, UTILITY PLANTS, UTILITY DISTRIBUTION SYSTEMS AND BUILDINGS SYSTEMS AT DEPARTMENT OF DEFENSE SHORE FACILITIES SOL N62470-00-R-3306 DUE 051700 POC Bayla L. Mack, 757-322-8271 -- Mr. Mark R. Sanderson, Contract Specialist, 757-322-4164 E-MAIL: Click here to contact Ms. Bayla Mack, mackbl@efdlant.navfac.navy.mil. Architect-Engineer or Engineering Services are required to conduct energy and water conservation audits of buildings; and to conduct analyses, verification, condition assessments, inspection, testing, and evaluation of utility plants, utility distribution systems. The services are required for Department of Defense shore facilities which receive support services from the Atlantic Division, Naval Facilities Engineering Command including, but not limited to: the East Coast of the United States; Puerto Rico; Guantanamo Bay, Cuba; Iceland; the United Kingdom; Spain; Italy; Greece; and Bahrain. Services shall include, but are not limited to: developing various Energy Conservation Investment Projects (ECIP); evaluating, analyzing, inspecting and testing electrical and mechanical utility systems, utility plants, desalination plants, potable water softening plants, and building systems; evaluating water and wastewater plants with regard to energy efficiencies; developing Life Cycle Cost analyses; determining distribution system efficiencies; investigating existing equipment condition and capacity; preparing reports with corrective recommendations; performing boiler, turbine and ancillary plant equipment performance and efficiency testing in accordance with applicable A.S.M.E. standards; conducting stack emission testing; calculating plant heat balances; analyzing steam plant control systems; determining overall plant efficiencies; performing metallurgical testing of boiler components and plant auxiliaries; analyzing and testing boiler feedwater, steam condensate and related equipment to verify compliance with Navy steam requirements; performing detailed plant life extension studies; performing distribution systems condition inspections; performing field flow tests to determine effectiveness of heating and cooling distribution systems; calculating distribution system equivalent lengths; analyzing mechanical plant control systems; evaluating code and safety compliance; performing load studies; updating, verifying and digitizing utilities system drawings and maps; developing system and plant equipment inventory lists; estimating plant and distribution system replacement cost; calculating electrical distribution systems load flow and voltage drop; determining protective device settings; and preparing reports detailing findings with recommended corrective action. The A&E will be required to prepare and present briefings of their engineering analysis. The format of the briefings may be, but is not limited, to oral presentations, Power Point presentations, "Glossy" Executive Summary presentations, VHS video presentations, and computer based multimedia presentations. Work may be required on multiple contract task orders in multiple geographic areas. The A&E must demonstrate his and each key consultant's qualifications with respect to the published evaluation factors for all services. Evaluation factors (1) through (5) are of equal importance; factors (6), (7) and (8) are of lesser importance and will be used as "tie-breakers" among technically equal firms. Specific evaluation factors include: (1) Specialized Experience -- Firms will be evaluated in terms of: (a) their past experience in performing/providing the types of services listed above; and (b) knowledge of local codes, laws, permits and construction materials and practices of the contract area; (2) Professional qualifications and technical competence in the type of work required: Firms will be evaluated in terms of the staff's: (a) active professional registration; (b) experience (with present and other firms) and roles of staff members specifically on projects addressed in evaluation factor number one; and (c) the proposed team's management approach to successfully completing tasks under this contract including their demonstrated work experience with key consultants on similar projects and their experience with working in a professional, consultative teaming relationship with their customers; (3) Ability to perform the work to schedules -- Firms willbe evaluated in terms of their demonstrated ability to perform five or more tasks simultaneously at different geographic sites and successfully meet contract schedules; (4) Past performance -- Firms will be evaluated in terms of one or more of the following (with emphasis on projects addressed in factor number one): (a) the process for cost control and the key person responsible; and (b) performance ratings/letters of recommendations received; (5) Quality Control Program -- Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and discipline coordination of study reports, plans and specifications -- list key personnel responsible; (6) Firm location (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract); (7) Volume of Work -- Firms will be evaluated in terms of work previously awarded to the firm by DOD with the objective of affecting an equitable distribution of DOD A&E contracts among qualified A&E firms, including small and small disadvantaged business firms and firms that have not had prior DOD contracts; and (8) Small Business and Small Disadvantaged Business Subcontracting Plan -- Firms will be evaluated on the extent to which they identify and commit to small business (SB), to small disadvantaged business (SDB), woman-owned small business (WOSB), historically black college and university or minority institution in performance of the contract, and HUBZone small businesses, whether as joint venture, teaming arrangement, or subcontractor. The following are the published Naval Facilities Engineering Command goals for small business subcontracting support: Small Business (SB) -- 65%; Small Disadvantaged Business (SDB) -- 12%; Women-owned Small Business (WOSB) -- 5%; HUBZone small businesses 1.5%. Large Business Firms shall submit their Navy-wide SF 295 (Standard Form 295, Summary Subcontract Report) with their Standard Form 255. The slated firms will be required to provide a preliminary subcontracting plan (support for small business subcontracting) as part of the interview. The contract requires that the selected firm have an on-line access to E-mail via the internet for routine exchange of correspondence. Firms are required to prepare the cost estimate utilizing the NAVFAC "SUCCESS" system in work breakdown structure (WBS), the specifications in the SPECSINTACT system format, and all drawings shall be submitted in an AutoCAD compatible format. The duration of the contract will be for one (1) year from the date of an initial contract award. The proposed contract includes four (4) one (1) year Government options for the same basic professional skills. The total A&E fee that may be paid under this contract will not exceed $5,000,000; however, the yearly maximum may total up to $1,500,000. No other general notification to firms for other similar projects performed under this contract will be made. Type of contract: Firm Fixed Price Indefinite Quantity Contract. Estimated start date is July 2000. -- Architect-Engineer firms which meet the requirements described in this announcement are invited to submit completed Standard Forms (SF) 254 (unless already on file) and 255, U. S. Government Architect-Engineer Qualifications, to the office shown above. In Block 10 of the SF 255, discuss why the firm is especially qualified based upon synopsized evaluation factors; and provide evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e., State registration number. For selection evaluation factor (1), provide the following information for only the staff proposed for this work using these column headings: "NAME", "RELATED PROJECTS WORKED ON", "YEAR", "FIRM", and "TECHNICAL ROLE". Use Block 10 of the SF 255 to provide any additional information desired and continue Block 10 narrative discussion on plain bond paper. All information must be included within the SF 255. Provide a synopsis ofthe scope of work, point of contact and telephone number for each project listed in SF 255 Block 8. Firms having a current SF 254 on file with this office and those responding by 4:00 p.m. EST, 17 May 2000 will be considered. Late responses will be handled in accordance with FAR 52.215-10. Neither hand carried proposals nor facsimile responses will be accepted. Firms responding to this advertisement are requested to submit only one copy of qualification statements. The qualification statements should clearly indicate the office location where the work will be performed and the qualifications of the individuals anticipated to work on the contract and their geographical location. -- This proposed contract is being solicited on an unrestricted basis, therefore, replies to this notice are requested from all business concerns. -- The small business size standard classification is SIC 8711 ($4,000,000). -- This is not a request for proposals. Inquiries concerning this project should mention location and contract number. See Note 24. Posted 04/11/00 (W-SN443490). (0102)

Loren Data Corp. http://www.ld.com (SYN# 0020 20000413\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page