Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2004 FBO #0818
SOLICITATION NOTICE

C -- Indefinite Delivery Contract M-300 (NYD) 8A Competitive for Primarily Fire Protection Engineering and Electrical Engineering Design & Review services, primarily within NYD Boundaries & other CofE locations WITHIN NAD/MSC BOUNDARIES

Notice Date
2/20/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
FEDBIZOPS-04-051-02
 
Response Due
3/22/2004
 
Archive Date
5/21/2004
 
Point of Contact
Scott Helmer, 212-264-9118
 
E-Mail Address
US Army Engineer District, New York
(scott.m.helmer@usace.army.mil)
 
Small Business Set-Aside
8a Competitive
 
Description
1.CONTRACT INFORMATION: This contract is being procured in accordance with the EFARS 19.800(b), Architect-Engineering services obtained through the 8(a) Program using Competitive procedures. The number one (1) ranked firm will be selected for negot iation based on demonstrated competence and qualifications for the required work. The services will consist of primarily Fire Protection Engineering (both design & review) and Electrical Engineering (both design & review). Other required services are Mechanical Engineering, Architecture, Cost Engineering and Environmental Engineering. One (1) A/E firm will be selected from this announcement. One (1) Indefinite delivery contract will be negotiated and awarded, with a base period of up to 12-months and one option period of up to 12 months. The contract amount (base period plus one option period) will not exceed $500,000 and will not exceed $250,000 per period. Individual task orders will not exceed $250,000. This contract will include an option for one (1) additional period under the same terms and conditions as the basic contract. The Government has the right to exercise the option period after the monetary limit is reached for the base period and prior to the expiration of the time period (365 calendar days). Within this period of time (from the time the option is exercised up until the 365 calendar days is exhausted), all negotiated task orders should use the labor rates from the base period, until the 365 calendar days expire. After the 365 calendar days expire, the negotiated rates for the option period can be used. The Governmen t’s obligation is to guarantee a minimum amount of payment of $5,000 for the base period and $2,500 for the option period. The approximate award date of the contract is August 2004. The wages and benefits of service employees (see Far 22.10) performi ng under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee’s office location (not of the location of the work). To be eligible for a contract awa rd, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. 2. PROJECT INFORMATION: Fire Protection Engineering services: Fire detection, fire suppression, or life safety systems; Building code analysis, life safety code analysis, design of automatic detection and suppression systems, water supply analysis, and a multi-discipline review of an entire project. Electrical Engineering services: Electrical designs and reviews of various types of Civil and Military projects, which include but not limited to: Pumping stations, generating plants, substations, airport navigation systems, controls, all types of struc tures and facilities requiring electrical service and equipment installation. Required design & review experience of the following: Commercial and industrial lighting and power distribution; Interior & Exterior (aerial, underground at low, medium and hig h voltage levels); Emergency & back up power; Fire alarm systems; CCTV; CATV; Public address systems; Electronic security and telecommunications systems; Contract drawings; specifications and design analysis; perform reviews of on-going projects prepared b y others to ensure completeness; sound engineering; cost effectiveness; technical adequacy; eliminate ambiguities and assure compliance with set criteria; agency requirements. Other required services: Mechanical Engineering, Architects, Cost Engineering and Environmental Engineering. 3. SELECTION CRITERIA: The selection criteria for this contract are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-e are primary. Criteria f and g are secondary and will only be used as tie-br eakers among firms that are essentially technically equal. Primary Selection criteria: a. Specialized experience and technical competence: 1. The firm must identify a Licensed Fire Protection/Detection Specialist and Designer for this contract. And have working knowledge with Unified Facilities Criteria (UFC) 3-600-01, dated 17 April 2003, Fire Protection for Facilities. 2. Major projects require the services and review of a qualified fire protection engineer. 3. A qualified fire protection engineer is required for projects, which involve design or modification of fire detection, fire suppression, or life safety systems. 4. Fire Protection criteria shall conform to the requirements of the UFC 3-600-01, the National Fire Codes, published by the National Fire Protection Association (NFPA), specifically NFPA 101, Safety to Life from Fire in Buildings and Structures, 2000 edit ion, except as modified within the UFC 3-600-01; and portions of the Uniform Building Code (UBC), published by the International Conference of Building Officials, as specifically referenced within UFC 3-600-01. Additional criteria includes portions of the Loss Prevention Data Sheets, published by Factory Mutual Engineering Corporation (FM), as specifically referenced within UFC 3-600-01. 5. Produce quality designs based on evaluation of a firm's design quality management plan (DQMP). The evaluation will consider the management approach, coordination of disciplines and subcontractors, quality control procedures, and prior experience of the prime firm and any significant subcontractors on similar projects. 6. Indicate their ability to use Dr. Checks review system. 7. Production of drawings (CADD) to be accomplished in the latest versions of Microstation and/or AutoCAD. 8. Specifications and design analyses to be prepared using the latest version of MS Word. 9. Plans and Specifications in Electronic Bid Solicitation (EBS) format. 10. Specification sections to be provided in Portable Document Format, (.pdf) 11. Contract Design files to be provided in Continuous Acquisition and Life-Cycle Support format, (.cal). 12. Cost estimates to be accomplished in the latest version of M-CACES. b. Qualified personnel in the following key disciplines: (1) Qualified Fire Protection Engineers (see below for qualifications) (2) Licensed Electrical Engineers, (3) Licensed Mechanical Engineering, (4) Registered Architects, (5) Certified Cost Engineers and (6) Licensed Environmental Engineers The evaluations will consider education, training, registration, voluntary certificates, overall and relevant experience, and longevity with the firm. (1) Fire Protection Engineers: The Services and Qualifications of Fire Protection Engineers are shown in Section 1.6 of UFC 3-600-01, and are reiterated here: A qualified fire protection engineer shall be an integral part of the design as it relates to fire protection. This includes, but is not limited to, building code analysis, life safety code analysis, design of automatic detection and suppression systems, water supply analysis, and a multi-discipline review of the entire project. For the purposes of meeting this requirement a qualified fire protection engineer is defined as an individual meeting one of the following conditions: I i) A registered professional engineer (P.E.) having a Bachelor of Science or Master of Science Degree in Fire Protection Engineering, from an accredited university engineering program, plus a minimum of 5 years’ work experience in fire protection engineering. ii) A registered professional engineer (P.E.) who has passed the National Council of Examiners for Engineering and Surveys (NCEE) fire protection engineering written examination. iii) A registered professional engineer (P.E.) in a related engineering discipline with a minimum of 5 years experience, dedicated to fire protection engineering that can be verified with docum entation. (2) Electrical Engineers: A Licensed Professional Electrical Engineer with a minimum of 5 to 10 years design experience in preparing electrical project design packages consisting of, but not limited to: Contract drawings; specifications and design analys is; perform reviews of on-going projects prepared by others to ensure completeness; sound engineering; cost effectiveness; technical adequacy; eliminate ambiguities and assure compliance with set criteria; and using agency requirements. The Electrical En gineer is required to have working knowledge of applicable codes such as NFPA, NEC, NESC, IEEE, ANSI, EIA/TIA standards; US Army Corps of Engineers Technical and Engineering Manuals; Unified Facility Criteria (UFC) and Unified Facility Guide Specification (UFGS), etc. The electrical designs and reviews consist of a variety of types of Civil and Military projects, which include but not limited to: Pumping stations, generating plants, substations, airport navigation systems, controls, all types of structure s and facilities requiring electrical service and equipment installation. Required design & review experience of the following: Commercial and industrial lighting and power distribution; Interior & Exterior (aerial, underground at low, medium and high v oltage levels); Emergency & back up power; Fire alarm systems; CCTV; CATV; Public address systems; Electronic security and telecommunications systems. c. Past performance on DoD and other contracts with respect to quality of work, cost control, and compliance with performance schedules, as determined by ACASS and other sources. d. Capacity to perform approximately $ 500,000 in work of the required type in a one-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines. e. Knowledge of the locality in the general geographical area of the NY District boundaries provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Note: Firms are encouraged to submit from any geographical area. Secondary Selection criteria: g. Extent of participation of Small business, Veteran-owned small business, service-disabled small business, HUBZONE small business, small disadvantaged small business and woman-owned small business and minority institutions in the proposed contract tea m, measured as a percentage of the total estimated effort. h. Volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution among qualified A/E firms, including small business, Veteran-owned small business, service-disabled small business, HUBZ ONE small business, small disadvantaged small business and woman-owned small business and minority institutions . and firms that have not had prior DoD contracts. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform these services must submit three (3) copies of SF 255 (11/92 edition), and three (3) copies of SF254 (11/92 edition) for the prime firm and all consultants. The SF 255 (11/92 edition) and SF254 (11/92 e dition) can be obtained from the website GSA.gov. Inside the website, go to Key Topics. Click on Federal Forms. Select Form Type, click on Standard Forms. Continue down the list to SF 254 & SF255. The forms can downloaded into a .pdf file type. Submit the completed SF255s and SF 254s to US Army Corps of Engineers, NY District, 26 Federal Plaza, New York, NY, 10278, Room 2037. Attn: Ms. Maureen Smith, CENAN EN M., (212) 264-9104. Submittals will not be accepted after 4:00 pm on the original response date shown in the FedBizOps. The SF255 shall not exceed 50 pages, including no more than 5 pages for Block 10. Use no smaller than type 12 font. Include the firms ACASS number in SF255 , Block 3b. For ACASS information, call (503) 808-4590. For prime f irm’s not having full in h ouse capability must demonstrate in Block 10 of SF255, how they will manage subcontractors and insure quality control Prime firms must demonstrate in Block 10 of SF 255, its plan for successful quality assurance and integration of all design disciplines . Include an Organizational chart of the key personnel to be assigned the contract. Facsimile transmissions will not be accepted. The Release of information on firm selection shall be in accordance with EFAR 36.607
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/COE/DACA51/FEDBIZOPS-04-051-02/listing.html)
 
Place of Performance
Address: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
Country: US
 
Record
SN00527225-F 20040222/040220232353 (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.