Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 4,2000 PSA#2657

EFA Chesapeake, Washington Navy Yard, Building 212, 1314 Harwood Street, S.E., Washington, DC 20374-5018

C -- INDEFINITE QUANTITY CONTRACT FOR MECHANICAL/ELECTRICAL DESIGN AND ENGINEERING SERVICES, NSWCDD, DAHLGREN, VA SOL N62477-00-D-2559 POC Robert E Dungan, Contracting Officer, 540/653-3360 E-MAIL: Click here to contact the contracting officer via, rdungan@nswc.navy.mil. The work requires Mechanical and Electrical Engineering services necessary for the preparation of plans and specifications ready for bidding, and construction cost estimates for several projects at the Naval Surface Warfare Center Dahlgren Division, Dahlgren, Virginia. Projects anticipated for accomplishment are related to Mechanical, Electrical, Fire Protection, and Elevator design services; including, but not limited to studies, concepts, cost evaluations, designs, production of construction documents, and post construction award services. The general intention is to provide for such engineering and design services as necessary to support the procurement of anticipated projects. These may include, but not be limited to all or part of the following: preparation of technical reports, conducting site investigations, preparing studies, concepts, formal drawings and specifications, construction cost estimates, operations and maintenance manuals, review of shop drawings, consultations, and construction record drawings, which may be required at any time up to the final acceptance of all work. This will be a firm fixed price A/E contract. Individual fees for any one project may not exceed $150,000. The duration of the contract will be for the period of one year, with a one year option. If the option is 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 priced A/E contract. Subject to necessary changes, the total contract amount will not exceed $500,000 for each year. The selected A/E is required to participate in a pre-fee proposal preparation and site visit meeting within seven days of notification and provide a fee proposal within ten days after the site visit. PROJECT INFORMATION: The initial project has not been determined, however, the following types of projects are planned for the subject contract: Design of both new and renovation of existing systems in various buildings including; Heating Ventilation and Air Conditioning, fire sprinkler and fire alarm systems, telecommunication and security systems, steam distribution lines, boilers, chillers, elevators, and high voltage work (4.16 KV and 13.8 KV). The existence of asbestos, lead paint or other hazardous materials in the area of the project is possible, and the A/E will be required to identify and provide a design which will accommodate the disposal of these hazardous materials in the construction plans and specifications, in accordance with applicable rules and regulations pertaining to such hazardous materials. SELECTION EVALUATION CRITERIA: In relative order of importance are included below. See Note 24 for standard criteria. 1) Specialized experience of the firm and of the staff assigned to this contract including training, experience, and licensing in the following types of work: preparation of studies, plans, specifications, and costs estimates for construction of projects involving mechanical and electrical engineering work. 2) The professional capacity of the firm to accomplish the contemplated work within the required time limits consistent with the firm's present workload. 3) The existence of a well established Quality Assurance Program within the firm's normal mode of operation. 4) Firm's capability to produce contract specifications using latest version of the Navy Guide Specifications using Specsintact with SGML, consistent with the latest format; and capability to produce contract drawings using CADD Systems. Also capable of producing contract documents in PDF format creating the final submission in Electronic Bid Sets. 5) Each firm's past performance and performance ratings will be reviewed during the evaluation process and can affect the selection outcome. 6) Experience of the firm with DOD/Navy contracts. 7) Location of firm within the general geographical area of the Naval Surface Warfare Center Dahlgren Division, Dahlgren Virginia. 8) Cost control effectiveness and the capability of designing economical solutions. GENERAL REQUIREMENTS: Electronic digital format will be required for all contract documents. The Government will only accept the final product for full operation, without conversion or reformatting, in the Autodesk AutoCAD release 14 format or greater. All required final reports shall be produced on MS Word Software. The specifications will be produced in SPECSINTACT with Standard Generalized Markup Language (SGML) using Construction Criteria Base software by the National Institute of Building Sciences. All final Construction drawings, specifications, and final reports shall be delivered to the Government in hard copy and on IBM compatible double sided/high density, 3-1/2 inch floppy disks or compact disks. Final plans and specifications shall also be furnished in Adobe Acrobat Portable Data Format (PDF). "Year 2000 Compliance: The Architect-Engineer (A-E) shall insure that the hardware, firmware, software, and information technology systems separately or in combination with each other or other elements specified in the documents developed under this contract shall be year 2000 compliant in accordance with FAR 39.106." This announcement is open to all businesses regardless of size. The SIC code for this announcement is 8712 which states the business size standard to be considered a small business is a maximum of $4.0 million of average annual receipts for its preceding 3 fiscal years. All interested Architect-Engineers are reminded that in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. This work will include all architectural-engineering (A-E) and related services necessary to complete the design, and for A-E services during the construction phase (option). SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit ONE (1) completed SF 255 (11/92 edition) US Government Architect-Engineer and Related Services Questionnaire for Specific Project for themselves and ONE (1) completed SF 254 (11/92 edition) for themselves and one for each of their subcontractors to, OIC, NSWCDD, Code TKO Building 108, Dahlgren Virginia 22448-5000. In SF 255, block 3b, provide the firm's ACASS number. For ACASS information call (503) 808-4605. In block 7 of the SF 255 provide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project experience for key team members; and indicate the team members role on each listed project (project manager, architect, design engineer, etc.) and identify where the team member is located if different from SF 255, block 3b. In block 9 of the SF 255, responding firms must indicate the number and amount of fees awarded on DoD (Army, Navy, and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. In block 10 of the SF 255, provide the design quality management plan. 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 SF-255 is due on the first work day thereafter. No other notification will be made and no further action is required. Solicitation packages are not provided for A-E contracts. This is not a request for proposals. All responsible sources may submit the required SF 255 and SF 254 which shall be considered by the agency. See Numbered Notes 24. Posted 08/02/00 (W-SN480889). (0215)

Loren Data Corp. http://www.ld.com (SYN# 0027 20000804\C-0008.SOL)

C - Architect and Engineering Services - Construction Index  |  Issue Index |


Created on August 2, 2000 by Loren Data Corp. -- info@ld.com