Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2002 FBO #0040
PRESOLICITATION NOTICE

C -- Firm Fixed Price Contract for Electrical Engineering Design Services

Notice Date
1/9/2002
 
Notice Type
Presolicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Atlantic, ROICC Cherry Point, PCS Box 8006 CGMAS Cherry Point, Cherry Point, NC, 28533-0006
 
ZIP Code
28533-0006
 
Solicitation Number
N62470-02-C-4018
 
Response Due
2/15/2002
 
Archive Date
3/2/2002
 
Point of Contact
Marsha Temple, Contract Specialist, Phone 252-466-4751, Fax 252-466-4746, - Stephanie Reiter, Contract Specialist, Phone 252-466-4747, Fax 252-466-4746,
 
E-Mail Address
templemg@efdlant.navfac.navy.mil, reitersi@efdlant.navfac.navy.mil
 
Description
This solicitation is for electrical engineering design services for one project at MCAS, Cherry Point, NC. This is NOT a request for proposals. The contract shall have a term of one year. The maximum total fee (subject to necessary changes) shall not exceed $250,000.00. The project for this contract is, CP0315M, Repair Electrical Distribution System, MCAS Cherry Point. The major elements of this project are: Modernization of 50MVA, 12.47KV Substation 1; Modifications to 15KV, 1200A Metalclad Sectionalizing Station E; Modifications to 15KV, 2000A Metalclad Sectionalizing Station H; Installation of a base wide SCADA system providing measurement and control at eight metalclad switchgear Sectionalizing Stations and the Base?s two Substations which will include replacement of all existing electromechanical and solid state relays with state-of-the-art microprocessor based relays with measurement, control, communication and protection functions. Engineering Services are required for 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. Experience is required in design of new and modifications to existing electrical distribution systems in the 15KV class, with an emphasis on repair/renovation of existing substations, modifications to existing 15KV metalclad switchgear, application of state-of-the-art microprocessor based relays, SCADA hardware/software design and specification, and short circuit current and relay coordination studies. 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 contract number and title. The A&E 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 importance; 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 form SF-255. 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) Specialized recent (within the last five years) experience 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 synopsis of the scope of work, year work completed, point of contact and telephone number for each project listed. Include only projects involving 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 residence, i.e., state registration number. In addition, firms are required to provide design documentation of a detailed nature as described in Cherry Point?s A&E Guide which is contained in the Construction Criteria Base (CCB) system, Documents Library, NAVFAC Criteria/Regional A/E 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 describes 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 and received no later than 4:00 P.M. on the 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.
 
Place of Performance
Address: Marine Corps Air Station, Cherry Point, North Carolina
Zip Code: 28533-0006
Country: USA
 
Record
SN20020111/00013048-020110090507 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.