Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 26, 2000 PSA #2754
SOLICITATIONS

C -- MODIFIED SYNOPSIS -- INDEFINITE QUANTITY CONTRACT FOR MISCELLANEOUS MECHANICAL AND ELECTRICAL ENGINEERING SERVICES WITH ASSOCIATED MULTI-DISCIPLINAL ARCH/ENGR SUPPORT SERVICES, VARIOUS LOCATIONS, EFA CHESAPEAKE

Notice Date
December 21, 2000
Contracting Office
Contracting Officer, Naval Facilities Engineering Command, Engineering Field Activity Chesapeake (Attn: Code 02AE), Washington Navy Yard, Bldg. 212, 1314 Harwood Street SE, Washington, DC 20374-5018
ZIP Code
20374-5018
Solicitation Number
N62477-01-D-0038
Response Due
January 25, 2001
Point of Contact
Contact Randolph Jones, POC, 202-685-3152
E-Mail Address
Randolph Jones, Point of Contact (rjones@efaches.navfac.navy.mil)
Description
NOTE: THIS SUBMISSION REPLACES THE ORIGINAL SUBMISSION IN ITS ENTIRETY. This is a Small Business set-aside contract. Large businesses will not be considered. Small business size standard North American Industry Classification System (NAICS) number is "541330", $4.0 million annual average over a three year period. The work includes an indefinite quantity contract for mechanical and electrical design engineering services with multi-disciplinal architectural and engineering support services necessary for the preparation of studies and plans, specifications, and construction cost estimates ready for bidding for various locations within the Naval District Washington Public Works Center and the Engineering Field Activity Chesapeake regions -- Washington, DC, VA and MD. Both design-bid-build (full plans and specifications) and design/build project formats will be used. Potential mechanical projects include: piping systems (fuel, natural gas, high temperature water, domestic water, compressed air, vacuum, etc.); exterior above & underground heat distribution systems; boiler plants, waste systems-facilities; heating, ventilation, and air conditioning systems; and energy management & direct digital control (DDC) systems. Potential electrical projects include exterior overhead and underground distribution; high, medium, low voltage substations, switchgear and relaying; interior electric power distribution systems; emergency power systems; uninterruptible power supply (UPS) systems; 400 Hz medium and low voltage power distribution systems and equipment; roadway, street, and protective area lighting systems; and lightning protection, grounding and cathodic protection systems. Any other mechanical and electrical projects will require the same basic professional skills. Some of the work expected for this contract will occur at the National Naval Medical Hospital in Bethesda, MD, therefore, the A-E contractor must demonstrate hospital related mechanical and electrical project experiences. In addition, related work may include related security, communication, fire protection, general site improvements, and hospital infrastructure support. Interior design services may be required -- familiarity with mandatory sources of procurement, i.e., Federal Prison Industries (FPI), GSA schedules, etc. Is required. Coordination with the National Capital Planning Commission, The Commission of Fine Arts, and the Maryland National Capital Parks and Planning Commission may be required. The preparation of comprehensive storm water management plans for the State of Maryland and the Commonwealth of Virginia may be required. Although none is now known, the possibility of hazardous materials, i.e., asbestos, lead paint, PCB, may exist at the project sites. If hazardous materials are encountered, the A/E Contractor will be required to conduct hazardous material removal surveys, including testing and sampling, provide design removal procedures and prepare construction contract documents in accordance with applicable rules and regulations pertaining to such hazardous materials. All hazardous materials licenses and/or accreditations necessary for the locality of the project sites are required by the A/E firm or their subcontractors. The general intention is to provide for such design and engineering services as necessary to support the procurement of this contract. Services, such as technical reports and studies, site investigations, programming, concepts, contract documents -- drawings, specifications and construction cost estimates, surveys, shop drawings reviews, construction consultation and inspection, Title II, and preparation of construction record drawings and O&M manuals, may be required at any time up to the final acceptance of all work. The selected A/E contractor for this contract will be required to provide overhead, profit, and discipline hourly rates initially to the Contracting Officer within 10 days after receiving notification. The selected firm will also be required to participate in an orientation and site visit meeting within seven days of notification and provide a fee proposal within 10 days after receiving the Request for Proposal. This will be a firm fixed price A/E contract. The total contract amount will not exceed $1,000,000. for each year. The duration of the contract will be for the period of one year, with the possibility of four one-year options. The estimated start date is March 2001. Selection evaluation criteria, in relative order of importance are included below. 1.a. Specialized experience and professional qualifications of the firm (with its subcontractors), and the proposed project team (the team/office actually accomplishing the work) in providing complete mechanical and electrical design and engineering services with multi-disciplinal architectural/engineering support services for the requirements as described herein; 1.b. Specialized mechanical and electrical engineering with multi-disciplinal architectural/engineering support services in hospital work as it pertains to maintenance design and repair; 1.c. Knowledge and demonstrated experience in applying sustainability concepts and principles to facilities and infrastructure problems through an integrated design approach. 2.a. Demonstrate capabilities in sustained accomplishment of work within established time limits for multiple and simultaneous delivery orders; 2.b. The firm's and project team's present workload; 3. Past performance and process of the prime A/E firm (and subcontractors) in the firm's quality control/quality assurance program to assure coordinated technically accurate studies, plans, specifications, and construction cost estimates; 4. Preference will be given to firms with the demonstrated capability of using CAD, SPECSINTACT, SUCCESS cost estimating system, and Means Cost Estimating Guidelines; 5. Preference will be given to firms located within a 100 mile radius of EFA Chesapeake. Each firm's past performance(s) and performance ratings will be reviewed during the evaluation process and can affect the selection outcome. Firms which meet the requirements listed in this announcement are invited to submit one copy each of the completed Standard Forms (SF) 254 and 255, U.S. Government Architect-Engineer Qualifications, to the office indicated below. Site visits will not be arranged during the advertisement period. Interested firms are requested to include telefax numbers, the Contractor Establishment Code (CEC), -- formerly the DUNs number, and Taxpayer Identification Number (TIN) on the SF 255 and SF 254 in Blocks 3a and 1, respectively. Interested firms are also requested to include their A/E Contractor Appraisal Support System (ACASS) number on the SF 255 in Block 3. In Block 10, state why your firm is specially qualified based on the selection evaluation criteria. Also, use Block 10 to provide additional information desired by your firm. Only the SF 254 and SF 255 will be reviewed. Experiences identified in Block 8 should not be more than 5 years old. The A/E firm's primary person proposed to be the direct contact with EFA CHES throughout the contract work must be identified as the "Project Manager". Information in the cover letter and any other attachments will not be included in the official selection process. Submit the SF 254 and 255 to the mailroom in the EFA CHES building, Building 212, Washington Navy Yard by 3:30 p.m. on the established due date. Fax copies of the SF 254 and 255 will not be accepted. This is not a request for proposal. Effective 1 October 1997, A/E contractors are now required to register their firms in the Central Contractor Registration database prior to receiving a contract award. This data base provides basic business information, capabilities, and financial information to the Government and complies with the Debt Collection Improvement Act of 1996, which requires Federal agencies to have the Taxpayer Identification Number of every contractor and to pay every contractor through electronic funds transfer. A/E contractors will only have to provide this information once with annual updates or as key company information changes occur. Registration can be accomplished through the World Wide Web at http//www.acq.mil/ec; through any DOD Certified Value Added Network; or a paper may be obtained by calling the DOD Electronic Commerce Information Center at 1-800-334-3414. Contracting Officer, Naval Facilities Engineering Command, Engineering Field Activity Chesapeake (Attn: Code 02AE), Washington Navy Yard, Building 212, 1314 Harwood Street SE, Washington, DC 20374-5018.
Web Link
EFA Chesapeake Homepage (http://www.efdlant.navfac.navy.mil/efaches.htm)
Record
Loren Data Corp. 20001226/CSOL001.HTM (D-356 SN5094T5)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on December 21, 2000 by Loren Data Corp. -- info@ld.com