Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2002 FBO #0069
MODIFICATION

C -- IDIQ Mechanical/Electrical Services

Notice Date
2/7/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Southeast, Building 902 P. O. Box143, Jacksonville, FL, 32212-0143
 
ZIP Code
32212-0143
 
Solicitation Number
N69272-02-R-0002
 
Response Due
2/12/2002
 
Archive Date
2/27/2002
 
Point of Contact
LouAnn Smith, Contract Specialist, Phone 904-542-5571, X128, Fax 904-542-0096,
 
E-Mail Address
smithlk@efdsouth.navfac.navy.mil
 
Description
GENERAL STATEMENT OF SERVICES MECHANICAL/ELECTRICAL A/E SERVICES CONTRACT TO START 3/2002 Licensed Mechanical and Electrical Engineering, Planning and Design services are required under an indefinite quantity firm-fixed price type contract for all types of new and existing facilities and includes: project planning and development, engineering studies, project designs (including preparation of drawings in AutoCAD (latest release, compatible format), calculations, specifications using SPECSINTACT system (for projects with an ECC of $100,000 or more) or Simplified Acquisition Procedures (for projects with an ECC of less than $100,000), and cost estimates using a government provided Work Breakdown Structures (WBS) system format using the "Success Estimating and Cost Management System" program. The following additional services may be required: study-design packages; partial design packages; design-build packages; SOC packages; collateral equipment lists; project preliminary hazard analysis; obtaining permits and regulatory approvals; surveys (topographic and boundary); soil investigations; contractor submittal review; construction field inspection, observation and consultation; Title II Services; Operation & Maintenance Support Information (OMSI); and as-built drawing preparation. Some projects will require design in the metric system. Firms must be able to accept project-related work that requires comprehensive asbestos/lead paint surveying and provide a design that will support the removal, demolition, and disposal of these and other hazardous materials in accordance with applicable laws and regulations. Architectural, civil and structural work will be required on some projects, although the projects will be predominantly mechanical/electrical in nature. The contract will be for Naval installations in Jacksonville, FL, Mayport, FL, Cape Canaveral, FL, Orlando, FL and Kings Bay, GA. At the discretion of the Government and with the concurrence of the contractor, additional requirements at other Naval installations within the Southern Division geographic area of responsibility may be included under this contract, should these requirements become un-executable under other contractual requirements. Selected firm will not be able to propose on design-build task orders for which the firm or any of the firm's subcontractors has assisted the Government in the preparation of the design-build RFP. The total contract amount is not expected to exceed $5,000,000.00, and shall not exceed $1,250,000.00 per year or $200,000.00 per project, unless mutually agreed. The guaranteed minimum contract amount is $25,000. The duration of the contract will be for one year. The contract may be extended up to three additional years by options exercisable at the discretion of the Government. Each discipline must have experience in the following areas: MECHANICAL-heating, ventilation, and air conditioning systems; industrial ventilation; energy analysis; control systems; steam and hot water boilers and converters; chilled and hot water distribution; compressed air and vacuum systems; medical gas; engine generator installations and other such mechanical systems. ELECTRICAL-fire suppression and protection systems; interior and exterior electrical distribution systems; transformers; substations; switching gear; interior and exterior lighting systems; intrusion detection systems and similar type electrical work. ARCHITECTURAL-demolition; asbestos abatement; lead assessment and abatement; roofing systems; building structures; interior and exterior features and finishes; landscape design; architectural programming and physical planning. CIVIL/STRUCTURAL-demolition and site preparation; industrial and sanitary wastewater collection systems; water treatment and distribution systems; minor hazardous waste cleanup and removal; storm drainage systems; soils grading and associated work; roads, parking lots, fencing, playgrounds and associated type facilities; building cladding and framing systems; building foundation systems; structures and foundations for towers, platforms, catwalks, tanks, manholes, utility support systems and other such similar buildings; geotechnical studies/testing and associated work; and topographic and boundary surveys. The following criteria listed in descending order of importance will be used for selection for this contract: 1. PROFESSIONAL QUALIFICATIONS: a) Technical qualifications of the firm's design team members to design similar repair, alteration and new construction projects; b) Experience in and knowledge of mechanical/electrical design projects; c) Knowledge of Navy regulations through recent design experience; d) Professional registration of each discipline's lead designer; e) an engineer registered in the discipline of fire protection engineering with at least 5 years of full time fire protection experience; f) a registered communications distribution designer; g) an engineer or architect with at least 10 years of roofing and waterproofing design experience and who is either a Registered Roofing Consultant (RRC) certified by the Roof Consultant Institute (RCI) or a Certified Roofing Consultant (CRC) certified by the Institute of Roofing Waterproofing Consultants (IRWC). SUBMISSION FORMAT: Submit a matrix for proposed team(s), including alternates, that contains the following data about the member's assignment: Design team member's name, firm name, office location, proposed team assignment, highest education level/discipline (example: BS, Mechanical Engineer), type of discipline registration and/or certifications, states of professional registration, number of years of professional experience and number of years with the firm. Also, for project managers and team leaders, identify the number of teams (design, consultants and joint venture partners) they have managed over the past three years. 2. SPECIALIZED EXPERIENCE: a) Recent mechanical/electrical experience of the proposed design team, including consultants, in the design of repair, alteration, and new construction projects; b) Post construction contract award services on similar projects to ensure design and construction quality; c) designing projects to Navy, Air Force, Army or other DOD agencies criteria; d) designs using AutoCAD, SPECSINTACT, and Cost Engineering using the WBS systems and the "Success Estimating and Cost Management System". SUBMISSION FORMAT: Provide a description of at least three projects with clients' references (point of contact and phone number) for which team members provided a significant technical contribution. Work on these projects must have been done in the last 5 years. Indicate how each project is relevant to the work described herein. In matrix form, identify which team members worked on the projects described above. Projects shall be in the left column and team members' names shall be across the top row of the matrix. Also, describe the firm's experience with AutoCAD, SPECSINTACT System and parametric cost engineering. 3. PERFORMANCE: Past performance on contracts with the Department of the Navy and private industry in terms of cost control, quality of work, and compliance with performance schedules. SUBMISSION FORMAT: Provide a tabular listing of all excellent performance ratings and letters of commendation from both private and DOD clients (designate your role: prime, consultant or joint venture partner). These ratings should be dated 1995 or later and should include those for joint venture partners and consultants. Provide a list of relevant projects managed by the proposed project manager(s), and include the following data: client's contact, client's need date, design completion date and final cost estimate compared to the contract award amount (note whether bid or negotiated). 4. CAPACITY: a) Capacity of firm and proposed design teams to accomplish multiple projects simultaneously; b) ability to sustain the loss of key personnel while accomplishing work within required time limits. SUBMISSION FORMAT: Submit an organizational chart with the following information: Principal point of contact, project manager, team leaders, the name of each design team member, all team members' assignments, and the name of at least one alternate for each key person. 5. LOCATION: a) Knowledge of probable site conditions; b) knowledge of regulatory requirements that would affect projects; c) geographic location of the firm to ensure timely response to requests for on-site support. SUBMISSION FORMAT: Provide a list of recent projects performed by the firm or joint venture partners and appropriate consultants in the areas encompassed by the contract. Also include the types of regulatory requirements involved with each project. 6. JOINT VENTURE, TEAMING OR SUBCONTACTOR UTILIZATION: Firms will be evaluated on the extent to which they commit to using Small, Small Disadvantaged, and Women Owned Small Businesses, whether as a joint venture, teaming arrangement, or consultant. SUBMISSION FORMAT: Provide a list which indicates the following: a) what major categories of work they are anticipated to perform; b) the names of concerns anticipated to be performing work, if known; c) the estimated percentage value of the total value of the contract, including all options, they are anticipated to perform; d) the prime and any individual joint venture members. Large Businesses: Small Businesses: Small Disadvantaged Businesses: Women Owned Small Businesses: If the successful firm is a Large Business, they will be asked to provide a formal subcontracting plan in accordance with FAR 52.219-9, Small, Small Disadvantaged and Women Owned Small Businesses. SELECTION INTERVIEW REQUIREMENTS: Prior to the selection interview, A-E firms slated must submit their Design Quality Assurance Plan (DQAP). This shall include an explanation of their management approach, an organizational chart showing the inter-relationship of management and design team components, specific quality control process, a portfolio of design work (both new construction and upgrades to existing facilities), a listing of present business commitments with their required completion schedules, financial and credit references (include names and telephone numbers of officers at their financial institutions), and performance references other than Southern Division, Naval Facilities Engineering Command (include three or more with names and telephone numbers of the contract administrators). For consideration, provide one submittal package including an original SF 255 and SF 254 for the prime and a SF 254 for each consultant proposed. The SF 255 with attachments shall be limited to 50 pages (8.5x11 one side), with print size not smaller than 12-pitch font. The submittal package must be received in this office not later than 2:00 p.m. Eastern Daylight Time on February 12, 2002. Submittals received after this date and time will not be considered. If additional firms are needed for consideration, SF 254s already on file will be used. Include telefax numbers in Block 3a, Duns number, Commercial and Government Entity Codes (CAGE), and Taxpayer Identification Number (TIN) in Block 3. Note 26 is hereby referenced. Label lower right corner of outside mailing envelope with A-E Services, (Contract Number), Attention: Code 023D. This is not a request for proposal.
 
Place of Performance
Address: Engineering Field Activity, Southeast, P.O. Box 139, Building 13, Naval Air Station, Jacksonville, Florida
Zip Code: 32223
Country: United States
 
Record
SN00024051-W 20020209/020207213416 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.