|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 26,1998 PSA#2167EFA Chesapeake, Washington Navy Yard, Building 212, 901 M Street, S.E.,
Washington, DC 20374-5018 C -- INDEFINITE QUANTITY CONTRACT FOR MECHANICAL/ELECTRICAL DESIGN AND
ENGINEERING SERVICES, NSWCDD, DAHLGREN, VA SOL N62477-98-D-2679 POC
Robert E Dungan, Contracting Officer, 540/653-3360 E-MAIL: Click here
to contact Contracting Officer by email, rdungan@nswc.navy.mil. The
work requires Mechanical and Electrical Engineering services necessary
for the preparation of plans and specifications ready for bidding, and
construction cost estimates for several projects at the Naval Surface
Warfare Center Dahlgren Division, Dahlgren, Virginia. Projects
anticipated for accomplishment may be related to Mechanical, Electrical
and Fire Protection Engineering services; including, but not limited to
studies, concepts, cost evaluations, designs, production of
construction documents, and post construction award services. The
initial project has not been determined, however, the following types
of projects are planned for the subject contract: Repair HVAC systems
in various buildings, fire protection systems, including sprinkler
systems and fire alarm systems in various buildings, new
telecommunication and security systems, repair steam distribution
lines, replace boilers and chillers in various buildings, high voltage
work 4.16 KV and 13.8 KV. The existence of asbestos, lead paint or
other hazardous materials in the area of the project is possible, and
the A/E will be required to identify and provide a design which will
accommodate the disposal of these hazardous materials in the
construction plans and specifications, in accordance with applicable
rules and regulations pertaining to such hazardous materials. The
general intention is to provide for such engineering and design
services as necessary to support the procurement of anticipated
projects. These may include, but not be limited to all or part of the
following: preparation of technical reports, conducting site
investigations, preparing studies, concepts, formal drawings and
specifications, construction cost estimates, operations and maintenance
manuals, review of shop drawings, consultations, and construction
record drawings, which may be required at any time up to the final
acceptance of all work. The selected A/E is required to participate in
a pre-fee proposal preparation and site visit meeting within seven
days of notification and provide a fee proposal within ten days after
the site visit. Negotiation will quickly follow. This will be a firm
fixed price A/E contract. Individual fees for any one project may not
exceed $99,000. The duration of the contract will be for the period of
one year, with a one year option. If exercised, the A/E will receive
official notice at least 60 days prior to the end of the first year.
Each project will be a firm fixed priced A/E contract. The estimated
start date is November 1998. Subject to necessary changes, the total
contract amount will not exceed 250,000 for each year. Selection
evaluation criteria, in relative order of importance are included
below. See Note 24 for standard criteria. 1) Specialized experience of
the firm and of the staff assigned to this contract including
training, experience, and licensing in the following types of work:
preparation of studies, plans, specifications, and costs estimates for
construction of projects involving mechanical and electrical
engineering work. 2) The professional capacity of the firm to
accomplish the contemplated work within the required time limits
consistent with the firm's present workload. 3) The existence of a well
established Quality Assurance Program within the firm's normal mode of
operation. 4) Cost control effectiveness and the capability of
designing economical solutions. 5) Experience of the firm with DOD/Navy
contracts. 6) Present workload and anticipated workload during the
contract period. 7) Firm's capability to produce contract
specifications using latest version of the Navy Guide Specifications
using Specsintect with SGML, consistent with the latest format; and
capability to produce contract drawings using CADD Systems. 8) Location
of firm within the general geographical area of the Naval Surface
Warfare Center Dahlgren Division, Dahlgren Virginia. Each firm's past
performance and performance ratings will be reviewed during the
evaluation process and can affect the selection outcome. A/E firms
which meet the requirements listed in this announcement are invited to
submit one copy each of the completed Standard Forms 254 (unless
already on file) and SF-255, U.S. Government A/E Qualifications, to the
office indicated below. Officer in Charge, Naval Surface Warfare
Center, Code TK0, Building 108, Dahlgren, Virginia 22448-5000. SITE
VISITS WILL NOT BE ARRANGED DURING THE ADVERTISEMENT PERIOD. FURTHER
TECHNICAL INFORMATION IS NOT AVAIALABLE. Only firms responding to this
announcement by close of business on the 30th day from the CBD
publication date (including the CBD publication date) will be
considered. Should the due date fall on a weekend or an official
Government holiday, the SF-255 is due on the first work day thereafter.
Firms having a current SF-254 on file with this office may also be
considered. Interested firms are requested to include telefax numbers
on their SF-254 and SF-255. This is not a request for proposal. This
solicitation is advertised on an unrestricted basis. Classification is
8711. The related small business size standard is $2,5 million. Small
Disadvantaged Businesses are encouraged to submit. See Note 24. Posted
08/24/98 (W-SN240828). (0236) Loren Data Corp. http://www.ld.com (SYN# 0022 19980826\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|