|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 21,1997 PSA#1787Navy Public Works Center, 9742 Maryland Avenue, Norfolk, VA 23511-3095,
Attn: Facilities Contracting Department, A&E Management Division, Code
02A2 C -- INDEFINITE QUANTITY A&E CONTRACT FOR MECHANICAL/ELECTRICAL
ENGINEERING DESIGN SERVICES AT NAVAL BASE, NORFOLK AND OTHER
INSTALLATIONS IN SOUTHEASTERN VIRGINIA SOL N00187-97-R-7572 POC Mr.
Robert A. Lemon, P.E., Contracting Officer, (757) 444-4200.
Professional design services are requ~ired for the preparation of
plans, specifications, cost estimates, related studies and all
associated engineering, including sub-soil investigations, for
mechanical and electrical engineering projects at the Naval Base
Norfolk and other installations in Southeastern Virginia. Interested
firms must demonstrate, with respect to the evaluation factors stated
herein, to perform design of the following repair/alteration type
projects for facilities and systems: HVAC; steam generation and
distribution; compressed gas; plumbing; petroleum, oil and lubricant
(POL); power supply and distribution; building internal and external
lighting; building interior and exterior electrical power, and exterior
area lighting. Design could involve repair, alteration, replacement or
new. This is typical type design work, but is not all inclusive. The
contract is firm fixed price. The initial conditions are 12 months or
$1,000,000.00 fee from the time of contract award, whichever occurs
first. The Government reserves an option to extend the contract for one
additional year. The estimated construction cost of most projects is
normally $100,000.00 to $2,000,000.00. Studies normally are in the
range of $10,000.00 to $50,000.00. The Government reserves an option to
award construction inspection services. The firm must demonstrate its
and each key consultant's qualifications with respect to the
established evaluation factors as stated herein. Evaluation factors (1)
through (5) are of equal importance; factors (6) through (9) are of
lesser importance, but will be used to assist in the selection,
especially should one or more firms be essentially equally qualified
for factors (1) through (5). Specific evaluation factors are: (1)
Professional qualifications and technical competence of the designated
design team: Firms will be evaluated in terms of; (a) Design team,
includes consultants, experience involving mechanical and electrical
projects of a size and type commensurate with those anticipated for
this contract (include an individual's experience with this firm or
other firms provided it is relevant). (b) Design team's knowledge of
the general area of Naval Base Norfolk and Southeastern Virginia in
terms of codes, laws, permit requirements, as demonstrated by previous
project experience. (c) Project team's active professional
registrations and/or certifications in their individual area of
expertise. (d) Specific involvement of each team member in the relevant
projects listed in Block 8 of the SF 255 (if the firm has multiple
office locations, the location of the design team members must be
identified) (also, if several offices will contribute to the project
team and one particular office will serve as the project office,
explain how the various team members will perform the tasks required,
if they are not all relocated to the project office during the
performance of this contract). (e) Designation of back-up personnel and
their qualifications involving relevant mechanical and electrical
engineering design services. (2) Firm Qualifications: Evaluation will
be made in terms of; (a) Recent mechanical and electrical engineering
design project experience (1991-1996) similar to the type of work as
required by this contract and as explained previously (be as specific
as you can in providing your information, including dates and
location). (b) Involvement of management personnel with this contract
and their continuity with the firm. (c) AutoCAD Release 13 or higher
format capability. (3) Ability to accomplish the work; (a) Demonstrated
ability to accomplish similar projects as anticipated for this contract
in a 3-4 month time frame after award (give specific examples). (b)
Demonstrated ability to manage multiple projects at various stages of
design while maintaining quality and meeting established completion
schedules. (4) Past performance: Firms will be evaluated in terms of;
(a) Cost estimating ability as demonstrated by comparison of both
mechanical and electrical engineering design projects' cost estimates
with the low bid on similar size and type design projects (give
specific examples) (show costs and the difference as a percentage). (b)
Ability to prepare cost estimates in the computerized CES format, and
specifications using SPECSINTACT. (c) Demonstrated long term
relationships and repeat business with Government and private
customers. (d) Recent performance awards received. (5) Quality control
program: Firms will be evaluated on the acceptability of their quality
control program used to ensure technical accuracy and discipline
coordination of designs, plans, specifications, cost estimates, and
reports/studies (an adequate summary of the program is requested,
please do not submit copies of the entire program). (6) Firm's
geographical location: Firms will be evaluated on geographic location
as regards to accessibility to Southeastern Virginia and their
demonstrated ability to respond to the demands of this contract in a
timely manner (provided that application of this factor leaves an
appropriate number of qualified firms). (7) Volume of work: Firms will
be evaluated in terms of work previously awarded by DOD with the
objective of effecting an equitable distribution of DOD A&E contracts
among qualified firms, including small disadvantaged business firms and
firms that have not had prior DOD contracts. (8) Primary consultants
and sub-contractors: Firms will be evaluated on their use of small or
disadvantaged or women-owned business firms as consultants or
sub-contractors. (9) Firms will be evaluated on their experience with
projects that provide for the use of recovered materials to achieve
waste reduction, and use of energy efficiency in facility designs. This
ends the evaluation factors. Digital graphics data base of site survey
may be required; if so, the survey and all drawings forming a part
thereof shall be submitted in an AutoCAD Release 13 or higher format.
The contract scope may require evaluation and definition of asbestos or
lead materials and toxic waste disposition. A&E firms meeting the
requirements described in this announcement are invited to submit
completed current Standard Forms 254 and 255, U.S. Government
Architect-Engineer Qualifications, to the office shown above. In Block
10 of the SF 255 discuss why the firm is especially qualified based on
each evaluation factor given herein. All information must be included
within the SF 254 and 255; cover letters, binders and covers and other
attachments are discouraged and will not be considered in the
evaluation process. Firms responding to this announcement by close of
business (3:45 p.m. EDT) 11 April 1997, will be considered. Firms
responding should submit only one copy of the qualifications package.
Neither hand carried nor facsimile responses will be accepted. Courier
delivered packages should be sent to Facilities Contracting
Department, A&E Management Division, Second Floor Building Z-140, Room
220, Naval Base Norfolk, Virginia. This proposed contract is being
solicited on an unrestricted basis, therefore, replies to this notice
are requested from all business concerns. Before award of the contract,
the A&E, if not a small business concern, shall agree in the contract,
by incorporation of an acceptable small business and small
disadvantaged business subcontracting plan, per FAR Part 19.7, that
small business concerns and small disadvantaged business concerns shall
have maximum practicable opportunity to participate in this contract
consistent with it efficient performance. The small business size
standard classification is SIC 8712 ($2,500,000.00). This is not a
request for proposals. Inquiries concerning this contract must mention
location and contract number. See Note 24. (0050) Loren Data Corp. http://www.ld.com (SYN# 0019 19970221\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|