Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2006 FBO #1578
SOLICITATION NOTICE

C -- Indefinite Quantity Contract for Electrical, Mechanical, Energy and Utility Services for Various Locations under the Cognizance of the Naval Facilities Engineering Command, Atlantic

Notice Date
3/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Atlantic, Department of the Navy, Naval Facilities Engineering Command, Atlantic, Code AQ 6506 Hampton Blvd, Building A, Norfolk, VA, 23508-1278
 
ZIP Code
23508-1278
 
Solicitation Number
N62470-06-R-7109
 
Response Due
4/21/2006
 
Description
ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT ENGINEER QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE RFP PACKAGE TO DOWNLOAD. Design or Engineering Services are required for an Indefinite Quantity Contract for Electrical, Mechanical, Energy and Utility Services for Various Locations under the cognizance of the Naval Facilities Engineering Command, Atlantic. Projects can be categorized as services are required for Department of Defense shore facilities which receive support services from the Naval Facilities Engineering Command, Atlantic including, but not limited to: the Continental United States; Puerto Rico; Guantanamo Bay, Cuba; Iceland; Europe; North Africa; Southwestern Asia; and the Azores. Projects are required to conduct energy and water conservation audits of buildings; and to conduct analyses, verification, condition assessments, inspection testing, evaluation, strategic planning and design of utility plants and utility distribution systems. Taskings will include, but are not limited to: developing various Energy Conservation Investment Projects (ECIP); evaluating, analyzing, inspecting and testing, and designing electrical and mechanical utility systems, utility plants, desalination plants, potable water softening plants, and building systems; evaluating water and wastewater plants with regard to energy efficiencies; developing Life Cycle Cost analyses; determining distribution system efficiencies; investigating existing equipment condition and capacity; preparing reports with corrective recommendations; performing boiler, turbine and ancillary plant equipment performance and efficiency testing in accordance with applicable A.S.M.E. standards; conducting stack emission testing; calculating plant heat balances; analyzing steam plant control systems; determining overall plant efficiencies; performing metallurgical testing of boiler components and plant auxiliaries; analyzing and testing boiler feedwater, steam condensate and related equipment to verify compliance with Navy steam requirements; performing detailed plant life extension studies; performing distribution systems condition inspections; performing field flow tests to determine effectiveness of heating and cooling distribution systems; calculating distribution system equivalent lengths; analyzing mechanical plant control systems; evaluating code and safety compliance; performing load studies; updating, verifying and digitizing utilities system drawings and maps; developing system and plant equipment inventory lists; estimating plant and distribution system replacement cost; performing electrical distribution systems load flow and voltage drop analyses, fault analyses, arc flash analyses, and protective device coordination studies; and preparing reports detailing findings with recommended corrective action. The A&E will be required to prepare and present briefings of their engineering analysis. The format of the briefings may be, but is not limited, to oral presentations, Power Point presentations, ?Glossy? Executive Summary presentations, video presentations, and computer based multimedia presentations. Architect-Engineering and Engineering Services that may be required under this contract include DD Form 1391 documentation, plans, specifications, cost estimates, related studies, surveying, soil borings, hazardous materials identification, energy computation, life safety code studies, other associated engineering services, shop drawing review, as-built drawing preparation, Operation and Maintenance Support Information (OMSI), sustainable engineering design practices, and construction inspection and engineering consultation services during construction The DD Form 1391 documentation is prepared in the Navy's Electronic Procurement Generator (EPG) and includes cost valuation surveying, concept sketches, site sketches with utility points of connections; and may require enhancement of previously prepared basic documentation, including economic analysis and recommendations for potential utilities impacts and sustainable features. Firms are required to prepare cost estimates utilizing the SUCCESS estimating system in Work Breakdown Structures (WBS), specifications in the SPECSINTACT program, and drawings in AutoCad format. Firms will also be required to provide documents in pdf format. Final documents will require electronic signature using the Navy's DeSign signature software. Some projects may also require design in the metric system. The contract requires that the selected firm have on-line access to E-mail via the Internet for routine exchange of correspondence. As defined by paragraph 1-6 of UFC 3-600-01, Fire Protection Engineering for Facilities, this contract will require the services of a licensed fire protection engineer or consultant. The contract requires that the selected firm have on-line access to E-mail via the Internet for routine exchange of correspondence. The A&E must demonstrate his and each key consultant's qualifications with respect to the published evaluation factors for all services. Evaluation Factors (1) through (6) are of equal importance; factors (7), (8) and (9) are of lesser importance and will be used as tie-breakers among technically equal firms. Specific evaluation factors include: 1. Specialized Experience: (a) Past experience in performing/providing the types of services listed above. (b) Knowledge of local codes, laws, permits and construction materials and practices of the contract area. 2. Professional Qualifications and Technical Competence of the Individual Team Members: (a) Active professional registration. (b) Past experience in the type of work required or evidence of similar relevant experience (with present and other firms) and roles of staff members specifically on projects addressed in Evaluation Factor 1. (c) Capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands. (d) The proposed team's management approach to successfully completing tasks under this contract including their demonstrated work experience with key consultants on similar projects and their experience with working in a professional, consultative teaming relationship with their customers. 3. Ability to perform the work to schedules and capacity to accomplish a variation of 5 or more taskings simultaneously at different geographic site and successfully meet contract schedules. Firms will be evaluated in terms of impact of this workload on the design staff's projected workload during the contract period. 5. Past Performance: Firms will be evaluated in past performance with respect to work quality, compliance with schedules, and cost control (with emphasis on projects addressed in Evaluation Factor 1). Firms should include any letters of commendation or awards. 6. Quality Control Program: Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and discipline coordination of study reports, plans and specifications - list key personnel responsible. 7. Firm location (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract). 8. Volume of Work: Firms will be evaluated in terms of work previously awarded to the firm by DOD within the past 12 months with the objective of effecting an equitable distribution of DOD A&E contracts among qualified A&E firms, including small and small disadvantaged business firms and firms that have not had prior DOD contracts. 9. Small Business and Small Disadvantaged Business Subcontracting Plan: Firms will be evaluated on the extent to which they identify and commit to the published Small Business Subcontracting Program. The Secretary of the Navy has assigned the Naval Facilities Engineering Command goals expressed in terms of percentages of total planned subcontracting dollars for utilization of small businesses of 75.83%. Included in the SB goals are targets for: Small Disadvantaged Business (SDB) - 15.80%; Women Owned Small Business (WOSB) - 14.23%; Veterans Owned Small Business (VOSB) - 0.12%; Services Disabled Veteran Owned Small Business (SDVOSB) - 0.12%; and HUBZone Small Business - 1.28%. Large business firms shall submit their Navy-wide SF 295, Summary Subcontract Report with their SF 330. The slated firms will be required to provide a preliminary subcontracting plan (support for small business subcontracting) as part of the interview. The duration of the contract will be for one (1) year from the date of an initial contract award with four (4) additional one year option periods. The total amount that may be paid under this contract (including option years) will not exceed $5,000,000 for the entire contract term. The minimum guarantee for the entire contract term (including option years) will be satisfied by the award of the initial Task Order. The options may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government subject to workload and/or satisfaction of the A&E performance under the subject contract. There will be no dollar limit per task order and no dollar limit per year. No other general notification to firms for other similar projects performed under this contract will be made. Type of contract: Firm Fixed Price Indefinite Quantity Contract. 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 NAICS 541330 ($4,500,000). All contractors are advised that registration in the DOD Central Contractor Registration (CCR) Database is required prior to award of a contract. Failure to register in the DOD CCR Database may render your firm ineligible for award. For more information, check the DOD CCR Website: http://www.ccr.gov. Architect-Engineer Firms which meet the requirements described in this announcement are invited to submit a completed SF 330. If the SF 254/SF 255 is submitted for this solicitation, it will not be reviewed or considered. The SF 330 should be typed and one sided. As an attachment, provide an organization chart of the proposed team showing the names and roles of all key personnel listed in Section E with the associated firm as listed in Section C. Please include your DUNS, CAGE, and TIN numbers in Block 30 of the SF 330. Provide evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e., State registration number. Responses are due no later than 4:00 p.m. EST, 21 April 2006. Responses should be sent to the following address: Mailing Address: Commander, Naval Facilities Engineering Command, Atlantic, Attn: Code AQ, 6506 Hampton Boulevard, Room 0126, Norfolk, Virginia 23508-1278. Late responses will be handled in accordance with FAR 52.215-1. Hand carried responses will not be accepted. Electronic (E-mail, facsimile, etc.) submissions are not authorized. Firms responding to this advertisement are requested to submit only 1 copy of the qualification statement. Inquiries concerning this project should include solicitation number and title.
 
Place of Performance
Address: US and multiple countries
Country: Mutiple
 
Record
SN01011654-W 20060323/060321213005 (fbodaily.com)
 
Source
FedBizOpps 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.