|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 28,1999 PSA#2464Contracting Officer, ROICC Annapolis, 181 Wainwright Road, U.S. Naval
Academy, Annapolis, MD 21402-5013 C -- INDEFINITE QUANTITY CONTRACT FOR MISCELLANEOUS MECHANICAL &
ELECTRICAL DESIGN AND ENGINEERING SERVICES SOL N62477-99-R-0663 DUE
113099 POC Mary Whitmore 410 293 3162 MISCELLANEOUS MECHANICAL &
ELECTRICAL ENGINEERING DESIGN & ENGINEERING SERVICES, U.S. NAVAL
ACADEMY, ANNAPOLIS, MD SOL N62477-99-R-0663. The work requires
Mechanical and Electrical Engineering Design and Engineering Services
necessary for the preparation of plans and specifications complete and
ready for bidding accompanied by cost estimates and design
calculations for projects at the U.S. Naval Academy, Annapolis, MD.
Other services that may be required are studies, land surveys, soil
borings and other testing, permits (storm water management, sediment
and erosion control, etc), review of shop drawings, construction
consultation and construction inspection services. Title II
construction record drawings and post construction award services
(PCAS) may be required at any time up to the final acceptance of all
work. Projects will include work on a variety of buildings and
facilities including Historic Structures and other cultural resources
at the U.S. Naval Academy. The types of projects will include, but not
be limited in scope to inspection, repair, modification and/or new
construction for HVAC, high temperature hot water, steam and chilled
water systems, miscellaneous plumbing systems, fire protection
installations, lighting, communications and electrical distribution
systems. Although none is now known, the existence of asbestos, lead or
other hazardous materials in the areas of the projects is possible and
the A/E may be required to identify, test and provide designs which
will accommodate the disposal of this material in the construction
plans and specifications in accordance with applicable rules and
regulations pertaining to such hazardous materials. A/E must test, in
accordance with government regulations, any confined space he enters to
insure a gas free condition. Also, before entering spaces containing
asbestos, he must be medically approved for and wear an appropriate
respirator and clothing. Individual fees for any one project may not
exceed $250,000. 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 price A/E contract. Subject to
necessary changes, the total contract amount will not exceed $500,000
for each year. A specific initial project has not been identified for
this indefinite quantity contract. The types of projects mentioned
above, which may be added by delivery order, will require basic
professional engineering skills and in addition will involve
development of plans, specifications, cost estimate, design
calculations and post construction award services. Selection criteria,
in relative order of importance are included below. See Note 24 for
standard criteria. (1) Specialized experience and technical competence
in the type of work required including work on academic buildings and
support facilities utilizing in-house personnel for
mechanical/electrical engineering, cost estimating, CAD design using
AUTOCAD R13.0 or R14.0, and specifications using SPECSINTACT and
Word97; (2) Firms not having full in-house capability must demonstrate
how they will manage subcontractors and insure quality control; (3)
Capability of the firm to accomplish the work within the required time,
considering such factors as loss of key personnel and volume of other
work, i.e. multiple (simultaneous) delivery orders within the required
time limits; (4) Proximity of the firm in the Baltimore-Washington
area to the U.S. Naval Academy; (5) Past experience, if any, of the
firm with respect to performance of DOD A/E contracts. Volume of work
previously awarded to firm by DOD shall also be considered, with the
object of effecting an equitable distribution of DOD A/E contracts.
Each firm's past performance(s) and performance ratings will be
reviewed during the evaluation process and can affect the selection
outcome. Architect-Engineer firms which meet the requirements listed in
this announcement are invited to submit one copy each of the completed
Standard Form 254 and SF255, U.S. Government Architect-Engineer
Qualifications, to the office indicated below. Personal visits for the
purpose of discussing the project are discouraged and site visits will
not be arranged. 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 SF255 is due on the
first workday thereafter. Firms having a current SF254 on file with
this office may also be considered. Interested firms are requested to
include telefax numbers on their SF254 and SF255. This is not a request
for proposal. Small Disadvantaged Businesses are encouraged to submit.
Contracting Office, ROICC, 181 Wainwright Road, Halligan Hall, U.S.
Naval Academy, Annapolis, MD 21402-5013. Posted 10/26/99 (W-SN395167).
(0299) Loren Data Corp. http://www.ld.com (SYN# 0023 19991028\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|