Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 6, 2001 PSA #2972
SOLICITATIONS

C -- INDEFINITE QUANTITY CONTRACT FOR MECHANICAL AND ELECTRICAL ENGINEERING AND DESIGN SERVICES, MARINE CORPS AIR STATION, CHERRY POINT, NORTH CAROLINA

Notice Date
November 2, 2001
Contracting Office
CG, MCAS Cherry Point, Facilities, OIC NAVFAC Contracts, PSC Box 8006, Cherry Point, NC 28533-0006
ZIP Code
28533-0006
Solicitation Number
N62470-02-D-4004
Response Due
January 12, 2007
Point of Contact
Marsha Temple, Contract Specialist, (252) 466-4751
E-Mail Address
N62470-02-D-4004 (TempleMG@efdlant.navfac.navy.mil)
Description
This solicitation is for mechanical and electrical engineering design services for various projects at Marine Corps Air Station, Cherry Point, North Carolina. This is NOT a request for proposals. This proposed contract is being solicited on an unrestricted basis. It shall have an initial term of one year and may be renewed for one additional year at the option of the Government. The maximum total fee (subject to necessary changes) shall not exceed $500,000.00 including the option year. Opening project for this contract is CP0313M, Replace HVAC Systems, Building 294. Engineering Services are required for mechanical and electrical designs, field investigations, preparation of plans, specifications, cost estimates, related studies and all associated engineering services and shop drawing review. Incidental architectural, structural and civil engineering and environmental considerations may be required on some projects. Experience is required in design of new and/or modifications to existing systems and with an emphasis on repair/renovation of existing systems, including HVAC, steam, chilled water, heat pumps, compressed air, industrial gases, plumbing, fire protection systems, pneumatic and digital electric controls for mechanical systems, shelters and structural modifications related to mechanical systems, modifications to interior and exterior electrical power distribution systems, lighting and architecturally related items such as roof repairs, doors, windows, ceilings and wall construction necessary for a complete project. A working knowledge of destructive and non-destructive material sampling and testing techniques is required. Sampling and testing for lead paint, asbestos and contaminated soils will be required. Firms are required to prepare specifications in the SPECSINTACT system format and drawings shall be in AutoCAD Version 14 compatible format. Firms which meet the requirements described in this announcement are required to submit one copy each of completed SF-254 and SF-255 forms. Copies of SF-254 forms are also required for proposed consultants and copies of SF-255 forms are encouraged for proposed consultants who are expected to contribute significantly to the contract. Inquiries shall refer to the contract number and title. The AE must demonstrate his and each key consultant's qualifications with respect to the published evaluation factors for design and all option services. Evaluation factors (1) and (2) are of equal and greatest important; factors (6), (7) and (8) are of lesser importance than factors (1) through (5). Pertinent statements relative to the evaluation factors shall be included in Part 10 of SF-255 form. Superfluous information is discouraged. Specific evaluation factors include: (1) Professional qualifications of the firm's proposed personnel and its consultants (if proposed), necessary for satisfactory performance of required services. Resumes shall be included for persons expected to perform work under this contract, shall identify anticipated role in performing contract work, shall show specific location of each person's assigned office, shall list specific training and certification, and shall highlight specific work experience applicable to this contract; (2) Recent specialized experience(within the last five years) of the firm (including consultants) and technical competence in the type of work required. Cite examples of prior work relationships with proposed consultants/associates. In Part 8 of SF-255 provide a snyopsis of the scope of work, year work completed, point of contact and telephone number for each project listed. Include only projects involving mechanical and electrical designs, similar in nature to required work. Specific projects listed shall include a cross reference to the names of persons identified in evaluation factor (1) and briefly describe their role in the project. Provide evidence that your firm is permitted by law to practice the profession of engineering in the State of resident, i.e. state registration number. In addition, firms are required to provide design documentation of a detailed nature as described in Cherry Point's AE Guide, which is contained in the Construction Criteria Base (CCB) systems, Documents Library, NAVFAC Criteria/Regional AE Guides subdirectory. Firm's must demonstrate that they are capable and willing to provide this level of documentation; (3) Capacity to accomplish the work in the required time. Describe knowledge of the work area at Cherry Point and outlying fields. In a maximum of one page, provide a narrative and/or chart or graph showing the anticipated backlog of work over the next twelve month period for key personnel proposed for use in this contract. Firms shall identify any major pending projects or organizational changes that could impact the ability to dedicate personnel and resources to this contract. Provide one page maximum for you and consultants that describe office automation support and systems and other supporting equipment (i.e. AutoCAD, SPECSINTACT); (4) Past performance on contracts with Government agencies and private industry in terms of demonstrated compliance with performance schedules and evidence of demonstrated long term business relationships and repeat business with Government and private customers. Firms may submit letters of commendation received for the specific projects identified in Part 8 of SF-255; (5) Quality and cost control. Provide a one page maximum summary of how your firm approaches internal quality control and cost control processes and procedures. Identify how these will be maintained for all work by multiple offices and consultants. Provide an example of your quality control program in action; (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. Relate to personnel proposed and example projects listed, if possible; (7) Geographical office locations of the firm (including consultants) that will be involved in the contract. State anticipated mode of transportation to be used from each office and estimate approximate mileage and typical response time. Application of this criterion is contingent upon receiving an appropriate number of qualified firms; (8) The volume of work previously awarded to the firm by the Department of Defense (DOD) shall also be considered, with the object of effecting an equitable distribution of DOD architect-engineer contracts among qualified architect-engineer firms. Responses shall be sent to CG, MCAS Cherry Point, Facilities, OIC, NAVFAC Contracts, Building 163, Curtis Road, Cherry Point, North Carolina 28533-0006 and received no later than 4:00 p.m. on 7 December 2001 (closing date). Late responses will be handled in accordance with FAR 52.214-7. 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 54133.
Record
Loren Data Corp. 20011106/CSOL001.HTM (W-306 SN512200)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on November 2, 2001 by Loren Data Corp. -- info@ld.com