Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2003 FBO #0573
SOLICITATION NOTICE

C -- Nationwide Commissioning Services

Notice Date
6/23/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/SCSC, 4700 River Road Unit 45, Riverdale, MD, 20737
 
ZIP Code
20737
 
Solicitation Number
APHIS-03-015
 
Response Due
7/9/2003
 
Archive Date
7/24/2003
 
Point of Contact
Cynthia Barzey, Contract Specialist, Phone 301-734-5343, Fax 301-734-4846,
 
E-Mail Address
Cynthia.D.Barzey@aphis.usda.gov
 
Description
The USDA, Animal and Plant Health Inspection Service (APHIS) has a proposed procurement for Nationwide Commissioning Services. The North American Industry Classification System (NAICS) code for this requirement is 5413 (Architectural, Engineering & Related Services, to include 541310, 541330 & 541350). The procurement is to be competed on a full and open basis. It is anticipated that a cost-plus-award-fee indefinite delivery contract(s) will result from the solicitation for anticipated disciplines. Up to three (3) contracts may be awarded as a result of this announcement. Nationwide Commissioning (Cx) Services will include verification and documentation of the performance of HVAC, Mechanical, Utility and Fire suppression systems and possible associated services such as: reviewing the current inspection, test, and maintenance status of installed HVAC equipment, associated controls, Building Automation Systems (BAS) mechanical and electrical support systems and automatic fire alarm systems. Projects will cover a variety of building types, such as offices, laboratory, animal and plant inspection stations, quarantine stations, and general utility buildings. Some work may involve only one or two disciplines, i.e., HVAC/Electrical, where repair and/or remodeling are involved. Other types of work might include incinerators, fumigation hoods, compressed gas facilities, water and sewer mains, and water treatment facilities. Some of our major facilities are located in Mission, TX; Ames, IA; Newburg, NY; Fort Collins, CO; Key West/Miami, FL; Waimanallo, HI; Beltsville, MD and Gulfport, MS. New buildings generally will be in the $100,000 to $5,000,000 cost range. Repair and remodeling work varies from a few thousand to $500,000 cost range. Evaluation of the Cx authority will be based on the following criteria: 1) PROFESSIONAL QUALIFICATIONS. Firms must have Electrical and Mechanical disciplines in-house. Firms (either in-house or through association with qualified consultants) must provide resumes on all key professional personnel and identify the state in which the professionals are licensed for Mechanical and Electrical professionals. 2) SPECIALIZED EXPERIENCE. Highest consideration will be given to firms with experience in commissioning systems supporting laboratories, Bio-Medical facilities, Quarantine and Isolation facilities, Insect Secure facilities, greenhouses and HEPA filtration systems/facilities. Firms must be familiar with guidelines, codes and standards published by various Societies and Associations such as: American Industrial Hygiene Association (AIHA), National Electrical Manufacturers Association (NEMA), Agricultural Research Service Facilities Design Standards (ARS), 242.1M-ARS, July 24, 2002, American National Standards Institute/American Society of Heating, Refrigeration and Air Conditioning Engineers (ANSI/ASHRAE) Standard 15-1994, ASHRAE Guideline 1-1996, The National Fire Protection Code (NFPA), The National Electrical Code (NEC), The National Electronic Testing Association (NETA), The Air Conditioning and Refrigeration Institute (ARI), Sheet Metal and Air Conditioning Contractors? National Association (SMACNA), the Environmental Protection Agency (EPA) and Occupational Safety & Health Administration (OSHA) regulations concerning refrigerant management. 3) FIRMS CAPACITY AND CAPABILITY. Composition of the firm and consultants and the production and quality control systems in place to accomplish projects in the required time frames. Available personnel?s experience in the application of HVAC equipment and Controls, Direct Digital Control(DDC), Control Algorithms, related system check-outs, inspection of Control Hardware, Individual Component Function Test, Control System Function Test, Control System Calibration including supporting technical staff, and word processing for producing reports that are compatible with the current United States Department of Agriculture/ Animal and Plant Health Inspection Services (USDA/APHIS) office management software. The current USDA/APHIS office management software is Microsoft Windows 98 with Microsoft Office 98 and WordPerfect 9. 4) PAST PERFORMANCE AND EXPERIENCE. (A) Past performance on contracts with Government agencies and private industry in terms of cost control, types of projects, quality of work, and compliance with performance schedules. (B) Applicants are required to submit references with names and telephone numbers of contact persons. (C) Experience with codes, regulations, etc. (D) Ability to reflect firm?s proficiency as it relates to providing Cx services that will ensure HVAC systems perform in conformity with design intent. 5) PROPOSED PROJECT TEAM AND ORGANIZATION. (A) Firms must indicate professional recognition and work experience of key personnel. (B) Professional registration, associations and advanced degrees and specific related work of employees. (C) Capability and experience of persons/individuals who will be administering the contracts. Responses shall be made by completion and submittal of Standard Forms, SF 254 and SF 255, and all pertinent supplemental or supporting data. In the selection process it is anticipated that at least three firms will be chosen for interviews prior to making the final selection. The estimated release date of the solicitation is on or about July 9, 2003. Proposals will be due (estimated to be on or about August 11, 2003 at 2:30 p.m.) approximately 30 days following the release of the solicitation. The solicitation will be awarded on an Indefinite Delivery/Indefinite Quantity Multiple Award basis with the ability to issue cost-plus-award-fee task orders. The funding for this requirement(s) will be obligated per individual task order. The term of the ordering period of the contracts shall be a base year, with four (4) one (1) year option periods (for a total of five (5) years). The USDA, APHIS intends to use electronic commerce to issue the solicitation/Request for Proposal (RFP) and amendments to the RFP. Paper copies of the RFP or amendments will not be issued. The solicitation and any documents related to this procurement will be available on the Federal Business Opportunities (FedBizOps) website and may be accessed using Web browsers. Any changes to the specific website address or solicitation will be referenced in the solicitation posting. Offerors desiring to receive notification of the solicitation?s posting may contact the contracting official by email, fax or U.S. mail at the following: mail (USDA, APHIS, ESB; Attn: Cynthia D. Barzey; 4700 River Road, Unit 115 (3D33); Riverdale, Maryland 20737), faxed requests to Construction Contracting Branch, attention: Cynthia D. Barzey at (301) 734-4846 or email requests to Cynthia.D.Barzey@aphis.usda.gov. Telephone requests will not be accepted. All correspondence shall include the email address of the offeror. All responsible sources may submit an offer which will be considered.
 
Place of Performance
Address: Various Locations Nationwide.
 
Record
SN00354312-W 20030625/030623213311 (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  © 1994-2020, Loren Data Corp.