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