Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 27, 2000 PSA #2734
SOLICITATIONS

C -- MECHANICAL ENGINEERING SERVICES

Notice Date
November 22, 2000
Contracting Office
Department of State, Office of Acquisition, P. O. Box 9115, Rosslyn Station, Arlington, VA 22219-0244
ZIP Code
22219-0244
Solicitation Number
SALMEC-01-R-0003
Response Due
January 8, 2001
Point of Contact
Jennifer R. Frederick, Contracting Officer, 703-875-4566
Description
The U.S. Department of State (DOS), Office of Logistics Management, on behalf of the Office of Foreign Buildings Operations, is seeking licensed mechanical engineering design consulting firms to perform professional engineering services at Department of State foreign service posts worldwide. Up to four indefinite delivery/indefinite quantity contracts (IDIQ) will be awarded. At least one of the contracts will be set aside for small business. The small business size standard is $4 million or less based on the annual average gross revenue of a firm that has been in business for three or more complete fiscal years. If a large business is selected, it will be required to submit a small, minority, and disadvantaged business sub-contracting plan before award. The DOS Fiscal Year 2001 subcontracting goals are: small business 40%; small disadvantaged business 5%; small woman-owned business 5%; HUBZone business 1.5%; and Service Disabled Vets 3%. Each contract will guarantee $20,000 in orders over the life of the contract. The maximum dollar value of the contract shall be $1,000,000 for the base year and each option year. Contract duration shall not exceed five years. The total contract value shall not exceed $5,000,000. The successful firms shall provide mechanical engineering design expertise and services to renovate existing facilities and/or upgrade mechanical systems at various Department of State (DOS) offices overseas. Engineering and design services include resolution of difficult mechanical engineering problems; site surveys of mechanical systems; mechanical designs for renovations, additions, upgrades, and demolition; engineering modifications to existing systems and other technical work; upgrading or replacing of air conditioning systems; replacement of equipment and associated CFC and HCFC refrigerants to comply with ozone protection treaties; design of mechanical systems to improve the availability of drinking and service water and improve treatment and disposal of waste water at overseas posts; and energy analysis of components and installing high efficiency HVAC components. Surveys/designs may include engineering design and modification of HVAC systems, as well as design of chemical/biological protection, HVAC ducting and piping, building automation systems, air handling units, cooling towers, boilers, heat exchangers and pumps; and mechanical equipment/systems associated with wells, plumbing, potable water, service water and waste water systems design; elevator design; design of generator packs and their associated power systems, fuel storage tanks, fuel lines and leak detection and compressors and engineering design and modification of these systems. Firms shall be responsible for developing cost estimates and bills of materials, as well as providing inspection, quality assurance/control, and testing services at construction sites and/or equipment manufacturers' facilities. In addition, the professional engineering firm will be required to perform design, constructability, biddability, maintainability, and operability reviews of drawings, specifications, calculations and documents. As part of the survey/design work, the professional engineering firm shall be required to prepare written reports, engineering drawings, specifications, estimates, data, complete construction packages, and other documentation. Projects shall be designed in metric units. Construction documents shall be submitted with AutoCAD R 13 or 14 files in DOS format for each submission. For performance of this contract, the following personnel will be required: project manager; principal engineer; senior mechanical engineer; junior mechanical engineer; plumbing engineer; environmental engineer; field inspector (mechanical); estimator (mainly mechanical); specification writer; mechanical quality control and test technician; and draftsperson with CADD skills. Project manager, principal engineer, and senior engineer must be registered Professional Engineers. Some projects may also require additional engineering expertise in the following areas: chemical and biological protection for HVAC equipment; building automated control systems; electrical and electronic engineering plumbing; fire protection and life safety; mechanical security systems; structural (including seismic); elevators and hoist systems; wells, potable and service water treatment and distribution; waste water collection and treatment; environmental testing and remediation; energy conservation measures; acoustical testing insulation and shielding; and architectural work related to the above. The successful offerors, including entities which comprise joint ventures, must possess or be capable of obtaining SECRET facility security clearances issued in accordance with the National Industrial Security Program Operating Manual, DOD 5220.22-M, prior to contract award. Safeguarding capability for Secret classified information will also be required. Most personnel performing on this contract will be required to possess Secret personnel security clearances issued by the Defense Security Service. The Department of State will sponsor the selected firms for a clearance. Firms/teams responding to this announcement on or before the closing date will be considered for selection using the following evaluation criteria (100 points maximum): a) Professional qualifications necessary for satisfactory performance of the required services, including the education and qualifications of mechanical and environmental personnel who will work on this contract 30 points; b) Specialized experience and technical competence in mechanical engineering, including experience in energy conservation, pollution prevention, environmental testing and remediation, elevator design, air filtration and treatment, waste reduction, and the use of recovered materials. -- 25 points; c) Specialized experience and technical competence in designing mechanical systems with emergency power for heating and cooling for telecommunications facilities. 15 points; d) Capacity to accomplish the work in the required time. This includes sufficiency of staff and technical resources available for this contract and not committed to other contracts; the firm's current and future workload; the ability to accomplish the work with minimum oversight by DOS; an Organization Plan; an Internal Quality Control Plan which includes key personnel and their responsibilities and identification of the primary office that will have responsibility for projects and the staff assigned to that office by discipline 10 pts; e) Past performance on contracts in terms of cost control, quality of work, and compliance with performance schedules. (Although previous or ongoing performance of a similar if U.S. Government contract is not a requirement for firms responding to this solicitation, if such contracts have been performed, the offeror must have performed at a satisfactory level, at a minimum). For each project identified in the responses to evaluations criteria, provide the name, address, and current telephone number of client representative and identify which members of the firm participated in the project 10 pts; f) Previous experience with remote overseas projects and knowledge of foreign building codes and standards and construction practices 10 pts. Each evaluation factor must be addressed under a separate heading. Firms which are short listed will be required to submit a sample quality control plan, a sample of a mechanical service water treatment specification, two full size drawings (chiller with closed loop piping), an energy payback evaluation, air conditioning and heating calculations for an mid-rise office building and other items. This announcement is the solicitation for this requirement. No other solicitation will be issued. After final selection of firms based on demonstrated qualifications, price and other contract terms will be negotiated as provided in FAR 36.606. Mechanical engineering firms that meet the requirements of this solicitation are invited to submit two copies of Standard Form 254, Architectural/Engineer and Related Services questionnaire and two copies of Standard Form 255, Architect/Engineer and Related Services questionnaire for specific projects. Requests for clarification must be submitted, in writing, via email to frederickjr@state.gov, no later than 3 PM on 29 December 2000. All Standard Forms 254 and 255 must be received by 3 PM local time on 8 January 2001 . Postal Mailing address: U.S. Dept. of State, Attn: Ms. Jennifer R. Frederick , A/LM/AQM/RA/AE, Room L-600, P.O. Box 12248 Rosslyn Station, Arlington, Virginia 22219. Courier address: U.S. Dept. of State, Attn: Ms. Jennifer R. Frederick, A/LM/AQM/RA/AE, Room L-600, 1701 N. Ft. Myer Drive (17th St. Entrance), Arlington, Virginia 22209.
Record
Loren Data Corp. 20001127/CSOL003.HTM (W-327 SN507308)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on November 22, 2000 by Loren Data Corp. -- info@ld.com