Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 21,1997 PSA#1787

Navy 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