Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 21,1998 PSA#2164

Commanding Officer, NAVFAC Combined Acquisition Office, Jacksonville Region, P.O. Box 139, Jacksonville, Florida 32212-0139

R -- INDEFINITE QUANITITY CONTRACT FOR MECHANICAL/ELECTRICAL ENGINEERING SERVICES FOR THE NAVY PUBLIC WORKS CENTER, JACKSONVILLE FLORIDA SOL N68931-98-R-0070 DUE 092198 POC NAVFAC, Combined Acquisition Office, (904) 542-5571, extension 112, Fax (904) 542-3949 17. Architect-Engineering and Engineering Services are required for preparation of plans, specifications, cost estimates, related studies, and all associated engineering services for projects of a mechanical/electrical/fire protection nature for customers of Navy Public Works Center, Naval Air Station, Jacksonville, Florida. Most customers are located within Florida, Georgia and South Carolina. Other previous and/or current customers are located in Texas, Tennessee and in Puerto Rico and Cuba. Task Orders on similar past Indefinite Quantity (IQ) Mechanical Electrical Fire Protection Contracts have been distributed as follows. Seventy (70) percent of the designs have been for projects with an Estimated Construction Cost (ECC) of less than $100,000. Thirty (30) percent of the designs have been for projects with an ECC between $100,000 and $250,000. Several delivery orders will be issued on a monthly basis with accelerated design schedules. The Architect-Engineer (A/E) shall perform work of a mechanical/electrical/fire protection nature. Design projects expected under this contract are for repair/replacement of existing and new construction of facilities. Types of projects expected are designs of fire/security systems, communications, indoor/outdoor lighting, electrical power, electrical distribution (primary, medium voltage and secondary), HVAC, ventilation, plumbing rehabilitation repair/replacement of steam, water and air systems, boiler replacements, fuel tank and oil/water separator replacements, and miscellaneous studies, surveys, and reports. Other types of projects may include Industrial Wastewater Treatment Plants, Electroplating and Metal Cleaning Operations. Other types of mechanical/electrical/fire protection design projects may also be required. Post Contract Award work may also be required. The design contract scope may require evaluation and definition of asbestos lead paint and hazardous waste abatement and disposal. Fees associated with laboratory testing and the subsequent preparation of abatement plans and specifications will be negotiated on a case by case basis. The Architect-Engineer will also be required to perform submittal reviews and "as-built" drawing preparation. Firms responding must be prepared to accept the aforementioned as a part of their contract responsibility. The Government will reserve as an option to negotiate construction inspection services and preparation of Operating and Maintenance Support Information (OMSI). The firm shall demonstrate its qualifications and also the qualifications of its consultants with respect to the evaluation criteria. Most of the Task Orders, which will be performed under this contract, are maintenance and repair projects The following criteria will be used for selection: Evaluation of criteria (1) through (5) is of equal importance. Criteria (6) and (7) are of lessor importance than criteria (1) through (5). Specific evaluation criteria are as follows: CRITERIA (1) SPECIALIZED EXPERIENCE Firms will be evaluated in terms of past experience with regard to designs completed similar to the types of project designs expected as listed above. Disciplines required by this IQ Contract include the following: Mechanical Engineering Electrical Engineering Fire Protection Engineer Disciplines or Consultants required include the following: Civil Engineering Structural Engineering Asbestos, Lead Paint and Hazardous Materials Architecture Geotechnical Engineering Surveying CRITERIA (2) QUALIFICATIONS Professional qualifications and technical competence in the type of work required. Firms will be evaluated in terms of the design staffs (a) active professional registration in the states in which the design services will be performed; (b) experience (with present and other firms) and roles of staff members specifically on projects addressed in evaluation criteria number one; (c) capability to provide qualified back-up staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands; and (d) organization and office management as evidenced by a management plan for this contract CRITERIA (3) CAPACITY Professional ability to perform multiple projects concurrently with a total potential fee of $2,000,000 per year. Show current and projected workload with a plan and schedule of how you propose to accomplish the work, as well as past performance with handling multiple tasks of various size within an abbreviated time frame. CRITERIA (4) PAST PERFORMANCE Firms will be evaluated in terms of the following, with emphasis on projects addressed in Criteria (1) Specialized Experience. (a) Cost control techniques employed by your firm as demonstrated by the ability to establish an accurate project budget and design to this budget as evidenced by the low bid amount. (b) The firm's quality of work as demonstrated by the history of design related change orders issued during construction. (c) Demonstrated long-term business relationships and repeat business with Government and private customers and performance awards/letters or recommendations received. CRITERIA (5) Quality Control Program Firms internal quality control program used to insure technical accuracy and interdisciplinary coordination of plans and specifications. CRITERIA (6) Geographic Location Firms will be evaluated in terms of the following: (a) Location of the firm and its knowledge of the geographical area that includes the South and Southeastern United States and Puerto Rico and Cuba. Include a list of projects completed and particular conditions encountered. (b) Knowledge of local codes, laws, permit requirements, construction materials and practices in the geographical areas identified for this contract. (c) Knowledge of probable site conditions in these geographical areas. CRITERIA (7) Volume of Work Firms will be evaluated in terms of the amount of work that was previously awarded to the firm by the Department of Defense (DOD). The objective of this evaluation is to attempt to achieve an equitable distribution of A/E contracts among qualified A/E firms including small business firms, small disadvantaged business firms and firms that have not had prior DOD contracts. All evaluation criteria shall be addressed in block 10 of the SF255. Firms shall address the following. (a) Process for cost control and the key person responsible. (b) The process for compliance with the quality control program and the key person responsible. (c) The process for compliance with the performance schedule and the key person responsible, (i.e. describe how the work will be accomplished in the required time, including the composition of the team and availability of staff). ADDITIONAL REQUIREMENTS Firms are required to prepare specifications in the SPECSINTACT format. All drawings shall be submitted in AutoCAD Release 14 format. The duration of contract will be for one (1) year from the date of an initial contract award or $2,000,000 in fees, whichever comes first. The Government reserves the option to extend the contract an additional 12 months or $2,000,000 in fees, whichevercomes first. Subject to necessary changes, the total A&E fee that may be paid under this contract will not exceed $4,000,000. The work will be ordered by issuance of task orders at predetermined rates. The guaranteed minimum is established at $25,000. The type of Contract shall be Firm Fixed-Price Indefinite Quantity. Estimated start date is February 1999. Architect-Engineer firms, that meet the requirements described in this announcement, are invited to submit completed Standard Forms (SF) 254 and 255, U.S. Government Architect-Engineer Qualifications, to the office shown above. Interested firms are requested to include telex numbers in Block 3a of the SF 255, and the Contractor establishment Code (formerly the DUNS number), Commercial and Government Entity (CAGE) code, if known, and Taxpayer Identification Number (TIN) in Block 3. In Block 10 of the SF 255, discuss your firm's qualifications based upon synopsized evaluation factors. Provide evidence that your firm is permitted to practice in the Architectural / Engineering profession. Use Block 10 of the SF 255 to provide any additional information. All information must be included within the SF 255. Information provided in cover letters and other attachments will not be considered in the evaluation process. Provide a synopsis of the scope of work, point of contact and telephone number for each project listed in SF 255, Block 8. Label the lower left-hand corner of the envelope with the solicitation number. Firms responding by 4:00 p.m. EST, 1998 will be considered. Facsimile responses will not be accepted. Firms responding to this advertisement are required to submit two copies of qualification statements. 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 Architect-Engineer (if not a Small Business Concern) shall agree in the contract, to the incorporation of an acceptable small business and small disadvantaged business subcontracting plan in accordance with FAR Part 19.7. This plan will state that small business concerns and small disadvantaged business concerns shall have the maximum practicable opportunity to participate in this contract consistent with its efficient performance. The small business size standard classification is SIC 8711 ($2,500,000). This is not a request for proposal. See Note 24. Posted 08/19/98 (W-SN239064). (0231)

Loren Data Corp. http://www.ld.com (SYN# 0117 19980821\R-0019.SOL)


R - Professional, Administrative and Management Support Services Index Page