Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 1, 2000 PSA #2677
SOLICITATIONS

C -- TITLE I AND TITLE II ARCHITECT ENGINEER SERVICES

Notice Date
August 30, 2000
Contracting Office
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
ZIP Code
78236-1007
Solicitation Number
F41689-00-R-0811
Response Due
September 6, 2000
Point of Contact
Linda Bryant, Contracting Officer, Phone 210-671-1190, Fax 210-671-1196, Email linda.bryant@randolph.af.mil
E-Mail Address
Linda Bryant (linda.bryant@randolph.af.mil)
Description
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. ***due to holiday, submittals are due on 6 SEP 00*** Submittals must reference No.F41689-00-R-0811. No further general notification about this announcement will be made and no further action beyond submission of the standard forms is required or encouraged. This is not a Request for Proposal.
Web Link
Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=M&ProjID=F41689-00-R-0811&LocID=923)
Record
Loren Data Corp. 20000901/CSOL002.HTM (D-243 SN491836)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on August 31, 2000 by Loren Data Corp. -- info@ld.com