Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 07, 2004 FBO #1046
SOLICITATION NOTICE

C -- IDQ Contract for Mechanical and Electrical Engineering and Design Services

Notice Date
10/5/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
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
N62470-04-R-1333
 
Response Due
11/9/2004
 
Archive Date
11/24/2004
 
Description
This solicitation is for an Indefinite Quantity Contract 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. Inquiries shall refer to the contract number and title. The contract shall have an initial term of one year and may be renewed yearly for three additional years at the discretion of the Government subject to the workload and/or satisfaction of the AE?s performance under the contracts. The maximum total fee for this contract (subject to necessary changes) shall not exceed $1,600,000 including option years. The minimum guarantee for the entire contract term (including option years) will be satisfied by the award of the initial task order. There will be no dollar limit per task order and no dollar limit per year. Project work secured under these contracts will be on an as-needed basis. Opening projects for this contract has not been determined at this time. Engineering Services are required for mechanical and electrical reports, designs, field investigations, preparation of plans, specifications, cost estimates, related studies, all associated engineering services, and shop drawing review. Incidental architectural, structural, civil engineering, and environmental considerations may be required on projects. Experience is required in the design of new systems with an emphasis placed on the repair/modification/renovation of existing systems and equipment. The type of projects encountered during these contracts may include, but is not limited to, the following types of systems: HVAC, steam, chilled water, heat pumps, compressed air, industrial gases, plumbing, fire protection, pneumatic and digital controls, EMCS, interior and exterior low voltage (less than 600 vac) power distribution, interior and exterior lighting, medium voltage (12.47 kv) distribution, electrical energy conservation, cathodic protection, and airfield lighting. Architectural, structural, and civil support may be required for construction, addition, or modifications to existing buildings, roadways, parking lots, and other structures. A working knowledge of destructive and non-destructive material sampling and testing techniques is required as well as sampling, testing, and reporting for lead paint, asbestos, and contaminated soils. It is anticipated that under these contracts, the firms selected may be required to perform design of multiple, small construction projects with short design timeframes. Firms must demonstrate their ability to perform multiple fast-tract designs for small construction projects. Firms must demonstrate their ability to prepare specifications in SpecsIntact format and drawings in AutoCAD Lt 2000i compatible format as well as converting all documentation to Adobe Acrobat Reader (.pdf) format. Firms must also be able to submit design documents in Electronic Bid Solicitation (EBS) format. To be considered for this announcement, firms which meet the requirements are required to submit one completed copy of Standard Form 330. Standard Forms 254 and 255 are no longer required and, if submitted, will not be considered for this solicitation. All firms shall completely prepare Parts 1 and 2 of SF-330. If a firm has multiple branch offices, Part 2 shall be prepared for the specific branch office seeking the work. Resumes submitted in Part 1 Section E shall only be for personnel expected to participate in execution of this contract and shown on the Organizational Chart submitted in Section D. When preparing Part 1 Sections E and F, limit example projects to projects worked within the past five years. Projects involving repair and renovation type of work are more relevant than projects depicting new construction. Part 1 Section F shall cite at least one project for each firm listed in Section C and shall cite the prior working relationship between the firm and the proposed subcontractors, if subcontractors are proposed. Firms that meet the requirements will be evaluated on the specific evaluation factors listed below. Evaluation factors (1) and (2) are of equal value and carry the greatest weight. Evaluation factors (6), (7), and (8) are of lesser importance than (1) through (5), but shall be considered as required. The specific evaluation factors that shall be addressed in Part 1 of the SF-330 are: (1) Professional qualifications of the firm?s proposed personnel and its consultant?s personnel (if applicable). (2) The specialized recent experience and technical competence of the firm, the consultants (if applicable), and the proposed personnel in the type of work cited above. Evidence shall be provided that the firm and all subcontractors are permitted by law to practice Engineering, or their specialty, in their state of residence. Evidence shall also be provided that the firm is willing and capable of providing design documentation as described in Cherry Point?s A & E Guide (AutoCAD, SpecsIntact, etc.). This guide can be found in the Construction Criteria Base (CCB) System, Documents Library, NAVFAC Criteria/Regional A/E Guides subdirectory. (3) The capacity of the firm and its subcontractors to accomplish work in the required time. Describe the working knowledge of Cherry Point and its outlying fields. Identify any organizational changes and/or major pending projects showing the anticipated backlog of key personnel for the next twelve-month period. (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Identify any evidence of long-term business relationships. Show compliance with scheduling and budgetary constraints. (5) Quality and cost control. Describe how the firm implements its quality control program. Identify methods of cost control and how they have been implemented on projects. (6) Geographical office location of the firm and all subcontractors. State anticipated mode of transportation, approximate mileage, and anticipated response time from each office. This evaluation factor will only be used provided that application of this criterion leaves an appropriate number of qualified firms. (7) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction for energy efficiency in facility design. (8) The volume of work previously awarded to the firm by the Department of Defense (DOD). This shall be considered with the object of effecting an equitable distribution of DOD A/E contracts among qualified A/E firms. Architect-engineer firms which meet the requirements described in this announcement are invited to submit completed form SF-330 Architect-Engineer Qualifications. In the event a large business is short-listed, the firm will be required to submit a contracting plan for approval before contract award. A current DCAA audit will also be required prior to initiating a contract with the selected firm. Responses are due by 9 November 2004 and they should be sent to the following address: CG MCAS Cherry point, OIC, NAVFAC Contracts (ROICC), PSC Box 8006, Building 163, Curtis Road, Cherry Point, North Carolina 28533-0006. The small business size standard classification is NAICS 541330 ($4,000,000.00). Late responses will be handled in accordance with FAR 52.215-1. These proposed contracts are being solicited on an unrestricted basis. Therefore, replies to this notice are requested from all business concerns. IT IS THE INTENT OF THIS SOLICITATION TO AWARD N62470-04-D-1333 AND N62470-04-D-1334 FOR MECHANICAL AND ELECTRICAL ENGINEERING DESIGN SERVICES WITHIN NINE MONTHS OF THIS ANNOUNCEMENT. ONLY ONE SF-330 PACKAGE IS REQUIRED FOR SUBMISSION AND WILL BE REVIEWED FOR BOTH CONTRACTS
 
Place of Performance
Address: MCAS Cherry Point, North Carolina
Country: USA
 
Record
SN00689391-W 20041007/041005212219 (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.