Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 26,1998 PSA#2167

EFA 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