Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 11, 2001 PSA #2827
SOLICITATIONS

C -- ARCHITECT-ENGINEERING SERVICES FOR ELECTRICAL/MECHANICAL

Notice Date
April 9, 2001
Contracting Office
SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187
ZIP Code
92132-5187
Solicitation Number
N68711-01-R-XXXX
Response Due
January 5, 2009
Point of Contact
Diana Price (619) 532-2439
E-Mail Address
W-117 SN325028 (pricedl@efdsw.navfac.navy.mil)
Description
THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF 254 AND SF-255 DOCUMENTS IS IN THIS SYNOPSIS. Submit documentation to this address: Naval Facilities Engineering Command, Southwest Division, 1220 Pacific Highway, San Diego, CA 92132-5190, ATTN: Code 02R3.DP. The requirements stated herein will result in three (3) separate contracts that are identified as Procurements A, B, and C. Southwest Division is seeking regional firm fixed Indefinite Quantity Architectural Engineering Services for studies, designs, and for the preparation of drawings and specifications and preparation for design-build Request for Proposal (RFP) for the purpose of bidding on construction for new and existing facilities at various Navy and Marine Corps facilities located in California, Arizona Nevada, New Mexico, Oregon, Idaho, Alaska, Washington, Montana and Utah for Southwest Division, Naval Facilities Engineering Command, San Diego, California. The preponderance of work will be in California, Nevada, Arizona, and New Mexico. Procurement (A) N68711-01-R-6299 is for Electrical Engineering Services, Procurement (B) N68711-01-R-6300 is for Mechanical Engineering Services. Procurements (A) and (B) are set-aside for certified 8(a) firms. If there are not enough certified 8(a) firms that meet the qualifications to establish competition by the Brooks Act, the procurements will become unrestricted. Procurement (C), N68711-01-R-6203 is an UNRESTRICTED procurement for Electrical/Mechanical Engineering Services. Documentation prepared by the engineers under these contracts may be used for either Design/Bid/Build or Design/Build acquisition strategies. Procurement (A) requires services for electrical projects for new installation and repair/renovation of interior and exterior electrical power (medium and low voltage distribution systems), substations, communications, security, cable TV, fire alarm and lighting systems. Services may also include incidental architectural, mechanical, fire protection, civil and structural work and require the identification and removal of asbestos and lead based paint. The lead discipline shall be a registered Electrical Engineer with all supporting disciplines. Procurement (B) Mechanical Services shall include new installation and repair of HVAC (heating, ventilating and air conditioning) systems; HVAC control system, industrial ventilation and exhaust systems; plumbing system, interior and exterior distribution for steam, high temperature water, compressed air and natural gas systems. Services may also include incidental architectural, civil, electrical, fire protection and structural work. Services may also require the identification and removal of asbestos and lead-based paint. The lead discipline shall be a registered Mechanical Engineer with all supporting disciplines. Procurement (C) Electrical and Mechanical services for new installation and repair of HVAC (heating, ventilation, and air conditioning) systems, HVAC control system, industrial ventilation and exhaust systems (includes clean rooms and laboratories), plumbing systems, cold storage refrigeration systems; cogeneration plant, interior and exterior distribution for steam, high temperature water, compressed air, natural gas, and fuel oil systems, interior and exterior electric power, substation, communication, security, cable TV, fire alarm and lighting systems. Services may also include incidental architectural, civil, fire protection and structural work. Services may also require the identification and removal of hazardous material including asbestos and lead-based paint. The lead discipline shall be a registered Mechanical or Electrical Engineer with all supporting disciplines. Additional services under Procurements (A), (B), and (C) shall require the ability to coordinate various mechanical/electrical disciplines and the differing aspects of phasing of construction involving occupied/unoccupied facilities for the purpose of providing construction documentation. Services all require the preparation of supporting engineering documentation, including but not limited to field investigation reports, calculations, cost estimates, energy and economic analyses. The terms of Procurements (A) and (B) shall be 365 calendar days from the date of contract award, or until the $1,000,000 limit is reached. The Government has the option to extend each contract for an additional 365 days, or until an additional $1,000,000 is reached, or a total not to exceed amount of $2,000,000 in two years. The A-E fee for any single task order shall not exceed $100,000. The terms of Procurement (C) shall be 365 days from the date of contract award, or until the $1,000,000 is reached. Two option periods shall be included in this contract for a period of 365 days and a not to exceed amount of $1,000,000, or a total amount of $3,000,000 in three years. The A-E fee for any single task order is $300,000. For all contracts, if the dollar capacity of the previous year has not been used, this capacity will be added to the following year option (if exercised). The hourly rates will be negotiated for each calendar year and are independent of which option year is in effect. The minimum guaranteed fee is $5,000 for the base year. The estimated start date is June 2001. A-E selection criteria shall include (in order of importance): Procurement (A) -- (1) Professional qualifications of the proposed staff and consultants associated with the design of facilities requiring Engineering services for design, preparation of plans and specifications, and design-build RFP of electrical projects for new installation and repair/renovation of interior and exterior electrical power (medium and low voltage distribution system), substation, communication security, cable TV, fire alarm and lighting systems Address experience in coordination of design disciplines for phase construction, including occupied/unoccupied buildings and fast tract projects. Include experience in the use of metric (SI) systems for measurement. Qualifications should reflect the individual's experience in the identification and removal of hazardous materials including asbestos and lead-based paint. List only the team members who will perform the major tasks under this contract. Qualifications should reflect each individual's potential contribution to the efforts contemplated by this contract. Procurement (B) -- (1) Professional qualifications of the proposed staff and consultants associated with the design of facilities requiring engineering services for the design preparation of plans and specifications and design-build RFP of Mechanical projects for new installation and repair of HVAC (heating, ventilation and air condition) systems; HVAC control systems; industrial ventilation and exhaust systems; plumbing systems; interior and exterior distribution for steam, high temperature water, compressed air and natural gas systems. Address experience in coordination of design disciplines for phased construction including occupied/unoccupied buildings and fast tract projects. Include experience in the identification and removal of hazardous material including asbestos and lead-based paint and the use of metric (SI) systems for measurement. List only the team members who will actually perform major tasks under this contract. Qualifications should reflect the individual's potential contributions. Procurement (C) -- (1) Professional qualification of the proposed staff and consultants associated with the design of facilities requiring engineering services for the design and preparation of plans and specifications and design-build RFP of Mechanical and/or Electrical projects for new installation and repair of HVAC (heating, ventilation and air condition) systems; HVAC control system, industrial ventilation and exhaust system (including clean-rooms and laboratories), plumbing systems, cold storage refrigeration system, cogeneration plant, interior and exterior distribution for steam, high temperature water, compressed air, natural gas, and fuel oil systems, interior and exterior electric power, substation, communication, security, cable TV, fire alarm and lighting systems. Include experience in the identification and removal of hazardous material including asbestos and lead-based paint. Proposal shall include experience in the use of metric (SI) systems for measurement. List only the team members who will actually perform major tasks. Qualifications should reflect the individual's potential contributions. (2) Procurement (A)- Recent specialized experience of the firm including consultants in design, preparation of plans and specifications and design and design-build RFP of electrical engineering projects for new installation and repair/renovation of interior and exterior electric power (medium and low voltage distribution systems), substation, communication, security, cable TV, fire alarm and lighting systems. Address experience in coordination of design disciplines for phased construction, including occupied/unoccupied buildings and fast track projects. Include experience in the identification and removal of hazardous material including asbestos and lead-based paint. Do not list more than a total of 10 projects in block 8 of SF Form 255. Indicate which consultants from the proposed team, if any, participated in the service of each design project listed. Procurement B -- Recent specialized experience of the firm (including consultants) in the design and preparation of plans and specifications and design-build RFP of mechanical projects for new installation and repair of HVAC (heating, ventilation and air condition) systems, HVAC control systems, industrial ventilation and exhaust systems, plumbing systems, interior and exterior distribution for stream, high temperature water, compressed air and natural gas systems. Address experience in coordination of design disciplines for phased construction, including occupied/unoccupied buildings and fast track projects. Include experience in the identification and removal of hazardous material including asbestos and lead-based paint. Do not list more than a total of 10 projects in block 8 of SF 255. Indicate which consultants from the proposed team, if any, participated in the services for plans and specifications preparation of each design project. Procurement (C) -- Recent specialized experience of the firm (including consultants) in the design and preparation of plans and specifications, and design-build RFP of Mechanical/Electrical projects for new installation and repair of HVAC (heat, ventilation and air condition) systems, HVAC control systems, industrial ventilation and exhaust systems (including clean rooms and laboratories), plumbing systems, cold storage refrigeration systems, cogeneration plants, interior and exterior distribution for steam, high temperature water, compressed air, natural gas, and fuel oil systems, interior and exterior electric power, substation, communication, security, cable TV, fire alarm, and lighting systems. Projects may also require the identification and removal of hazardous material including asbestos and lead-based paint. Do not list more than a total of 15 projects in block 8. Indicate which consultants from the proposed team, if any, participated in the services for plans and specification preparation of each design project. Criterion 3, 4, 5, 6, and 8 applies to all Procurements: (3) Proposals shall demonstrate knowledge and experience in applying sustainability concepts and principles to facilities and infrastructure through an integrated design approach, including: energy conservation, air quality, the use of recovered and recycled materials, waste reduction, and construction waste management practices. Identify the firm's knowledge and experience with the projects in block 8 and address staff experience in their resumes. (4): Capacity to accomplish the work in the required time. Indicate the firm's present workload and the availability of the project team including consultants for the specified contract performance period and indicate specialized equipment and computer software available and prior security clearances. (5) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Indicate effectiveness by listing budget/estimated construction cost, award amount, final design estimate, and construction change order rate for at least five projects. Briefly describe internal quality assurance and cost control procedures and indicate team members who are responsible for monitoring these processes and how you insure the quality of work from subcontractors. List recent awards, commendations, and other performance evaluations (do not submit copies). (6) Location in the general geographic area and knowledge of the locality of the projects at Naval and Marine Corps bases within California, Arizona, Nevada, New Mexico, Utah, Oregon, Idaho, Montana, Washington, and Alaska. This criterion only applies if the appropriate number of firms remains given the nature and size of the contract. (7) LARGE BUSINESS FIRMS: List the small, disadvantaged, woman-owned business, veteran-owned small business or service-disabled veteran-owned small business concerns or HUBZone small business firms used as primary consultants or as sub-consultants. If a large business is selected, it will be required to submit a subcontracting plan that should reflect a minimum 5% Small Business, 5% Small Disadvantaged Business, 5% Woman-owned Small Business, 3% Veteran-owned small business or service-disabled veteran-owned small business and 2% HUBZone Small Business, of the amount of work to be subcontracted out. (8) Volume: Provide the list of contracts and volume of work previously awarded to the firm by the Department of Defense within the past twelve months. Firms that meet the requirements described in this announcement for each procurement and wish to be considered, must submit one (1) copy of a SF 254 and SF 255 for the firm and a SF 254 for each consultant listed in block 6 of the firm's SF 255 for the specific procurement no later than 3:00 PM Pacific Time on the date indicated above. Should the due date fall on a weekend or holiday, the submittal package will be due the first workday thereafter. Submittals received after this date and time will not be considered. Additional information requested from applying firms: indicate solicitation number in block 2b, CEC (Contractor Establishment Code) and/or Duns number (for address listed in block 3), and TIN number in block 3, fax number and email address in block 3a, and discuss why the firm is especially qualified based on the selection criteria in block 10 of the SF 255. Firms applying with multiple offices, indicate the office which completed each of the projects listed in block 8 and list which office is under contract for any contracts listed in block 9. Use block 10 of the SF 255 to provide any additional information desired. Personal interviews may not be scheduled prior to selection of the most highly qualified firm. SF 255's shall not exceed 30 printed pages (double sided is considered to be two pages). Organizational charts and photographs are excluded from the 30-page count. Exception: photographs with text will be considered as a page). All information must be included on the SF 255 (cover letter, other attachments and pages in excess of the 30 page limit will not be included in the evaluation process). Firms not providing the requested information in the format (i.e. listing more than a total of 10 projects for Procurements (A) and (B) or more than a total of 15 projects for Procurement (C) in block 8, not providing a brief description of the quality control plan, not listing which office of multiple office firms completed projects listed in block 8, etc.) directed by this synopsis may be negatively evaluated. Firms, their subsidiaries, or affiliates, which design or prepare specifications for a construction contract or procurement of supplies, cannot provide the construction or supplies. This limitation also applies to subsidiaries and affiliates of the firm. This is not a request for proposal. Telegraphic and facsimile SF 255's will not be accepted. Site visits will not be arranged during the submittal period. In accordance with DFARS 252.204-7004 all firms must be registered with the Central Contractor Registration (CCR) prior to any award of a contract. To obtain information on registration offerors may call 1-888-227-2423, or via the Internet at http://ccr.edi.disa.mil. The Standard Industrial Code is 8711 and the North America Industry Code is 541330and the annual size standard is $4 million.
Web Link
Southwest Division Naval Facilities Engineering Command (https://ww.efdsw.navfac.navy.mil/pages/Index.htm)
Record
Loren Data Corp. 20010411/CSOL009.HTM (W-099 SN50I6R1)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on April 9, 2001 by Loren Data Corp. -- info@ld.com