COMMERCE BUSINESS DAILY ISSUE OF AUGUST 7,2000 PSA#2658 Department of the Air Force, Air Education and Training Command,
Specialized Contracting Squadron -- DeCA Support, 2250 Foulois Street,
Suite 3, Bldg 8400, Lackland AFB, TX, 78236-1007 C -- TITLE I AND TITLE II ARCHITECT ENGINEER SERVICES SOL
F41689-00-R-0811 DUE 090400 POC Linda Bryant, Contracting Officer,
Phone 210-671-1190, Fax 210-671-1196, Email
linda.bryant@randolph.af.mil WEB: Visit this URL for the latest
information about this,
http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F41689-00-R-0811&LocID=923. E-MAIL: Linda Bryant, linda.bryant@randolph.af.mil. C
-- Title I, Services A&B and Title II, Type C Architect-Engineer
Services under an Indefinite Delivery, Indefinite Quantity(IDIQ)
Contract for Energy Engineering Analyses (EEA), preparation of scopes
of work and design drawings for energy related improvements, minor
construction, facility repair, equipment replacement, conduct of energy
and environmental awareness seminars/workshops, energy and
environmental operational studies such as commissary store operations
relative to energy use, recycling and reuse to support the Defense
Commissary Agency's (DeCA) Energy Management and Conservation Programs.
POC Carroll Shepherd, FT Lee. VA 23801-1800, (804) 765-2711/e-mail:
shepheec@hqlee.deca.mil. Approximately 203 locations and in the
Continental United States (CONUS) and 76 locations are out of the
Continental United States (OCONUS). Each selected firm will be required
to perform services worldwide. The work may include conducting detailed
energy audits and preparing audit reports on DeCA commissary, warehouse
and office facilities to include, but not limited to, Energy Savings
Opportunity Surveys (ESOS); Establishing building and equipment Design
Criteria for new and retrofit applications; lighting surveys;
Conducting Energy Awareness and environmental resource conservation
Seminars/Workshops; Recommending General Energy and Environmental
Conservation Policy guidance; Quarterly Energy Data Analysis and
preparation of energy conservation, minor construction, facility
repair, and equipment replacement related project scopes of work,
construction drawings and specifications. The Contractor must be
familiar with the Department of Energy Architect's and Engineer's Guide
to Energy Conservation in Existing Buildings; ASHRAE energy estimating
methods and standards, Department of Defense Energy Program Policy
Memorandums (DEPPMS), and Code of Federal Regulation 10, related
Federal Energy Policy documents and Executive Orders pertaining to
energy use reduction and conservation and "Greening the Government".
Selected firms shall: (a) perform a complete energy audit and analysis
of selected facilities; (b) identify all Energy conservation
Opportunities (ECOs) including low cost/no cost ECOs and Energy Saving
Performance Contracts (ESPC) and perform complete evaluations of each;
(c) prepare programming and implementing documentation for all
justifiable energy conservation opportunities, minor construction,
facility repair, equipment replacement projects; (d) list & prioritize
all recommended energy conservation opportunities; (e) prepare a
comprehensive report which will document the work accomplished, the
results, and the recommendations; (f) conduct lighting surveys to
determine current inventory and illumination conditions, recommend
lighting maintenance contract and lighting efficiency
retrofit/replacement requirements; (g) prepare complete Scopes of Work,
design drawings and specifications required to initiate all justifiable
energy improvement/retrofit, minor construction, facility repair, and
equipment replacement projects. Optional work may include conducting
energy and conservation (recycling, reuse, purchasing "green" products)
awareness seminars or workshops; operational and maintenance training;
recommending policy development guidance to the DeCA Energy Manager
and Environmental Program Manager to include strategic planning
development and conducting an Refrigeration Monitoring and Control
Systems (RMCS) diagnostic program to ensure proper operation of HVAC,
refrigeration, and lighting systems in DeCA commissaries. The
contractor shall utilize professional engineering personnel experienced
in energy conservation, energy auditing, environmental conservation,
seminar presentation, project development and design. Significant
factors in their relative order of importance to be used in the
selection applicable to these projects are (1) Professional
qualifications necessary for satisfactory performance of required
services; (2) Specialized experience and technical competence in the
type of work required including design of commercial supermarket
facilities and applicable HVAC and refrigeration systems and RMCS; (3)
Capacity to accomplish the work in the required time; (4) Past
performance on contracts with Government agencies and private industry
in terms of cost control, quality of work and compliance with
performance schedule; (5) Capability to economically travel and operate
in the general geographical area of project site and; (6) knowledge of
the locality and host nation regulations of the assigned project:
provided, that application of this criterion leaves an appropriate
number of qualified firms. given nature and size of the project; (7)
Volume of work previously awarded by the Department of Defense to the
firm with the object of effecting equitable distribution of contracts
among qualified Architect Engineer (A-E) firms, including
minority-owned firms and firms that have not had prior Department of
Defense contracts. Firms wishing to be considered must demonstrate
registered professional design capability to perform the work in-house
for the mechanical and electrical discipline and either in-house or by
use of consultants for architectural, electrical communications
engineering, energy monitoring and control systems, RMCS, and
structural engineering as well as materials testing capability (to
evaluate the presence of environmental hazards such as asbestos
contaminated material when conducting site visits for the purpose of
developing design documents or assisting store personnel in identifying
potentially hazardous materials); and (8). The capability of the firm
to prepare drawings, specifications and cost estimates must be
addressed on SF 255, Block 4. Multiple functions by the same person are
acceptable, but all listed capabilities must be addressed. Firms with
more than one office must indicate in Block 4 of SF255 only those
personnel in the respective office who will perform work under instant
contract. Provide a list of DOD award fees received for each award
received by year for the past four years. Two or more contracts will be
awarded contingent upon authorization and are subject to availability
of funds (SAF). The term of the contract shall be for one year, with
separately priced options for four additional one year periods. Except
for the initial delivery order, no subsequent delivery order will
exceed $299,000. The total amount of all delivery orders per year will
not exceed $750,000. The A-E is guaranteed a minimum of $5,000 during
the life of the contract. Architect-Engineering firms meeting the
requirements described in this announcement are invited to submit
completed Standard Forms 254 and 255, U.S. Government
Architect-Engineer qualifications to Defense Commissary Agency, ATTN:
Jerry Trevino, 2250 Foulois Street, Lackland AFB, TX 78236-1039. Both
the completed SF254 and SF255 must be received at the address indicated
above within 30 days from the date of this publication on order to be
considered. Submittals must reference No.F41689-00-R-0811. No further
general notification about this announcementwill be made and no further
action beyond submission of the standard forms is required or
encouraged. This is not a Request for Proposal. Posted 08/03/00
(D-SN481980). (0216) Loren Data Corp. http://www.ld.com (SYN# 0024 20000807\C-0004.SOL)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on August 3, 2000 by Loren Data Corp. --
info@ld.com
|
|
|