Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 23,2000 PSA#2542

US Army Corps of Engineers, Engineering and Support Center Huntsville, 4820 University Square, Huntsville, AL 35816-1822

C -- TECHNICAL SUPPORT TO THE OPERATION AND MAINTENANCE ENGINEERING ENHANCEMENT (OMEE) TECHNICAL CENTER OF EXPERTISE (TCX) SOL DACA87-00-R-0010 POC Tommie Savage 256-837-1257 E-MAIL: Tommie.Savage@hnd01.usace.army.mil, Tommie.Savage@hnd01.usace.army.mil. Seeks A-E services for efforts consisting of engineering and design work pertaining to the operation and maintenance of complex facilities, systems analysis, and investigative reports. The types of facilities include both military and civil works, and military work could include both CONUS and OCONUS locations. The A-E will be required to perform systems analyses in connection with the development of operation and maintenance (O&M) documentation and training requirements; review facility criteria, construction drawings, specifications, vendors' data, and equipment O&M data and develop system equipment and maintenance requirements; develop systems operations and maintenance manuals; provide professional services in the identification and development of technical logistics data requirements; and provide professional services in specifying and developing Master Equipment Lists (MEL) based on design drawings, specifications, and vendor data. The A-E will also be required to provide professional services in developing service contract procurement document (SCPD) scopes of work for the procurement of service contracts which are intended to be used as an operation and maintenance contract option to construction contracts, as well as estimating the cost of O&M services for a period of two years after beneficial occupancy for new projects. SCPDs will be developed for a period of up to five years for existing projects. The A-E will also provide professional services for facilities and facility mechanical/electrical systems/equipment condition assessment/report, life safety deficiencies tabulation report, and Joint Accreditation of Healthcare Organization (JCAHO) compliance inspection and the designs associated with these services. Since engineering design may be required under this contract, responding firms must be capable of providing design drawings on a computer-aided design and drafting system (CADD). All final drawings will be computer generated, plotted, and provided in a format and medium that will permit their loading, storage, and use without modification or additional software on the Huntsville Center graphics system. The Huntsville Center graphics system consists of INTERGRAPH Corporation supplied workstations and personal computers running Microstation 95 or higher, Project Architecture, Project Layout, Inroads, and MGE software with data input required on a compact disk (CD). The A-E must possess or have the ability to obtain a secret clearance. However, the contract will not require the generation, storage or transportation of classified materials. This proposed contract will be a fixed-price indefinite delivery order contract with an estimated annual amount of $1,250,000 per year. In addition to the basic one (1) year contract, the contract will provide for two (2) additional option years at the same yearly ceiling. The Government minimum obligation under the contract is $25,000 for the first year and $12,500 for each option year. The SIC is 8711 and the small business size standard is $4,000,000. Award is planned for April 2000. The following evaluation criteria for this proposed contract are mandatory and relatable to the factors in Note 24. 1. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE IN TYPE OF WORK REQUIRED: SUBFACTORS: (a) Experience in performing systems analysis of facility systems and equipment, including review of facility criteria, construction drawings and specifications, and vendor data, in connection with the development of systems and equipment O&M requirements and the development of systems/equipment O&M documentation. (b) Experience in developing O&M documentation for medical facilities, process facilities, and central energy plants, including O&M manuals, master equipment lists, O&M training requirements, and O&M management plans. (c) Experience in developing service contract procurement documentation, including scopes of work/performance work statements for the procurement of service contracts for facility O&M services. (d) Experience in performing facility systems and equipment condition assessments and preparing condition assessment reports. (e) Experience in performing life safety compliance inspections and preparing life safety deficiency tabulation reports in accordance with JCAHO requirements, and experience in preparing engineering designs in connection with the correction of life safety deficiencies. (f) Experience in performing investigations of facility systems and equipment, including obtaining and analyzing system/equipment operational data, to determine if systems/equipment are performing in accordance with vendor specifications and/or user requirements, and in preparing investigative reports. Experience in preparing engineering designs in connection with the correction of system/equipment operational deficiencies. (g) Demonstrated capability to provide design drawings on a computer-aided design and drafting (CADD) system. State the CADD system to be used and demonstrate how it is compatible with the Huntsville Center system. (h) Capability of performing quality assurance (QA) oversight of subcontractor work as well as providing assistance to the Government regarding QA oversight of work performed by other Government contracts. 2. PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACTORY PERFORMANCE OF REQUIRED SERVICES: Multi-disciplinary team, covering the engineering disciplines of electrical, electronic, mechanical, civil, structural, environmental, architectural, safety and cost estimating. In addition, interested firms should have personnel experienced in technical writing/editing. 3. CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME: Interested firms must demonstrate that they have adequate in-house capacity or adequate resources in-house supplemented by subcontract or joint venture forces, to accomplish all the work in accordance with the proposed contract performance period above. 4. PAST PERFORMANCE ON CONTRACTS WITH GOVERNMENT AGENCIES AND PRIVATE INDUSTRY IN TERMS OF COST CONTROL, QUALITY OR WORK, AND COMPLIANCE WITH PERFORMANCE SCHEDULES: The proposed contract is a fixed-price indefinite delivery order; therefore cost control is not of prime importance in the evaluation of this contract. Firms with unsatisfactory or marginally unsatisfactory past performance evaluations (poor or below average) will be downgraded appropriately in consideration for award of this contract. 5. LOCATION IN THE GENERAL GEOGRAPHICAL AREA OF THE PROJECT AND KNOWLEDGE OF THE LOCALITY OF THE PROJECT, PROVIDED THAT APPLICATION OF THIS CRITERION LEAVES AN APPROPRIATE NUMBER OF QUALIFIED FIRMS, GIVEN THE NATURE AND SIZE OF THE PROJECT: Not applicable to this contract. 6. VOLUME OF WORK AWARDED DURING THE PREVIOUS 12 MONTHS. The Government will consider the volume/distribution of work in accordance with DFARS 236.602-1(a)(i)(A). This contract is a set-aside under the provisions of the Small Business Act (15 U.S.C. 637 (a)). The relative order of importance of the evaluation factors and subfactors is as follows: Factor 1 is the most important factor and significantly more important than factor 2. Factor 2 is slightly more important than Factors 3 and 4, which are of equal importance. Under Factor 1, subfactors (a), (b), (e), and (f) are equal and slightly more important than subfactors (c), (d), (g), and (h) which are equal. SUBMISSION REQUIREMENTS: Interested firms having the capability to perform this work must submit one copy of SF 255 for prime and one copy of SF 254 for prime and each consultant or subcontractor. Interested firms are requested to state in block 10 of the SF 255 the value of all A-E contract awards to the firm, including modifications, by the Department of Defense during the previous 12 months as of the date of the announcement. Not withstanding the reference to Note 24, geographic location will not be a factor in selection. Submittals must be received at the address indicated above not later than 4:30 p.m. Central Time 30 calendar days from the publication date of this announcement with "day 1" being the next day after publication. If the 30thcalendar day falls on a weekend or a holiday, the last day for receipt will be the following business day. Only one copy of the submittal is required. If sending submittal by overnight express, the street address and zip code is 4820 University Square, Huntsville, Alabama 35816-1822. This is not a request for a proposal. See Notes 1 and 24. These notes appear on the back of every Monday issue of this publication. Posted 02/18/00 (W-SN427009). (0049)

Loren Data Corp. http://www.ld.com (SYN# 0020 20000223\C-0007.SOL)


C - Architect and Engineering Services - Construction Index Page