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