Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2001 FBO #0013
PRESOLICITATION NOTICE

C -- MISCELLANEOUS MECHANICAL/ELECTRICAL DESIGN AND ENGINEERING SERVICES

Notice Date
12/13/2001
 
Notice Type
Presolicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Chesapeake, ROICC Quantico, Building 2004, PO Box 1855 Marine Corps Base, Quantico, VA, 22134-0855
 
ZIP Code
22134-0855
 
Solicitation Number
N62477-02-R-1004
 
Response Due
1/15/2002
 
Archive Date
1/30/2002
 
Point of Contact
Karen Welch, Contract Specialist, Phone (703) 784-5378, Fax (703) 784-2124,
 
E-Mail Address
welchkb@efaches.navfac.navy.mil
 
Description
DUE 15 January 2002 POC Karen Welch, Contract Specialist, (703) 784-5378, Public Works Branch, Facilities Division, Marine Corps Base, Quantico, Virginia. The award of an Indefinite Quantity Contract is planned from a Slate/Selection process, for a base year period with three (3) option years. The contract will cover a broad range of electrical and mechanical designs for maintenance, repair, and construction projects at Marine Corps Base, (MCB), Quantico. An open-end contract will be issued for a period of one year with three (3) one-year extension option that may be exercised by the Government, the A&E will receive official notice within 60 days prior to the end of the first year. The estimated contract amount will not exceed $750,000.00 for each year. Individual fees for any delivery shall range approximately from approximately $10,000 up to $250,000. The Government obligates itself to obtain a minimum of $25,000.00 in services during the term of the base period. Each delivery order, or project, will be a firm fixed price A&E contract. Estimated construction cost for each project will be approximately $100,000.00 to $3,000,000.00. The average construction cost is expected to be around $800,000.00. Work consists of preparing detailed plans, specifications, calculations, cost estimates, and supporting documentation for design and performing associated engineering services. Documents shall be provided on electronic media as well as paper copy. Consultation, and review of shop drawings and contract submittals will also be required. MCB, Quantico, covers an area of approximately 60,000 acres. There are over 1200 permanent buildings built between 1920 and 2000. Portions of the base are in historic districts. Types of facilities include barracks, BEQs, BOQs, administrative, dining, training, service, schools, family housing, recreational, medical/clinic, range buildings, airfield buildings and hangars, other military support facilities (such as OCS, armories, prisons and similar structures). Most heating is provided by central heating plants producing high temperature water or steam. In addition, plants include water and sewage treatment. MCB owned utilities include natural gas, electrical power, water, and sewer. There are also gasoline and fuel oil handling & storage areas. The selection criteria in the relative order of importance are: (1) PROFESSIONAL QUALIFICATIONS necessary for satisfactory performance of required services; a) Provide the professional qualifications of all proposed staff, engineers, and designers; b) A Project Manager is to be assigned to this contract. The Project Manager must be professionally registered; c) Provide professional qualifications of all proposed consultants; d) Provide the length of employment with the firm, of all proposed personnel; e) Provide information on other professional affiliations. (2) SPECIALIZED EXPERIENCE and technical competence in the type of work required; a) Firms must demonstrate specialized experience on Department of Defense bases, or similar government installations, for a wide variety of electrical and mechanical type projects in the price range given above and for a diversity of applications. Projects shall include studies, new construction, maintenance, and repair for the various facility types and facility/Base support systems and plants indicated above. In order to qualify, all firms shall provide two detailed listings. As a minimum, the first required listing shall state each facility, plant or support system type the firm has experience with; associated work description and extent of design and engineering services provided by the firm for each; associated project title(s), location, contacts and information for the best project(s) representing each; associated performance evaluations for the project(s) listed; associated specific personnel and consultants that worked on these projects; and associated project construction cost (if applicable). As a minimum, the second required listing shall list all of the following mechanical, electrical, environmental and miscellaneous types of work; shall specifically describe the firms specialized experience and technical competence for each type; list project(s) and relevant project information and/or reference specific project(s) on the first list. The specific types of work required in the second required list are as follows: MECHANICAL: 1. Heating, ventilation, air cooling & conditioning, refrigeration and exhaust systems design and applications diversity (A1). 2. Steam and high temperature water production, distribution and control systems (A2). 3. Energy conservation, monitoring, control and recovery systems and analysis (A3). 4. Water and sewage (sanitary and storm) distribution and treatment systems related to mechanical system support (A4). 5. Miscellaneous plumbing, fire protection & prevention systems (A5). 6. Gas, compressed air and miscellaneous building systems & piping (A6). 7. Fuel gas and oil systems & piping (A7). 8. Facility and miscellaneous system maintenance and repair work (A8). 9. Environmental miscellaneous systems and the implementation of various federal, state and local Governmental environmental regulations (A9). ELECTRICAL: 10. Design & repair of high voltage switchgear, underground and overhead power distribution systems (A10). 11. Power conversion from AC to special services such as DC aircraft power (A11). 12. Electrical utility upgrades and equipment condition assessment (A12). 13. Special systems including control electronics, motor controllers, monitoring instrumentation, and security systems and devices (A13). 14. PCB testing and disposal, including transformers, electronic ballasts and oil switches (A14). 15. Telecommunications, computer systems, LAN and fiber optics (A15). b) Demonstrate experience with NAVFAC, DOD and DOE design manuals, design criteria, and specifications; c) Demonstrate specialized experience with NEPA documentation, Life Cycle Cost Analysis, and energy conservation methods; d) Demonstrate experience in hazardous material testing and abatement, including lead based paint, asbestos, and PCBs; e) Demonstrate experience with design for the physically impaired, life safety, elevators, and anti-terrorist design. (3) CAPACITY of the firm to accomplish the work in the required time; a) Show capacity, either in-house or through consultants, to perform mechanical, electrical, and associated design work; b) List other DOD IDQ design contracts. Provide the value, the number of options, and the start and finish dates; c) Explain how work under this contract will integrate with the firm's workload. (4) PAST PERFORMANCE on contracts with Government agencies and private industry in terms of cost control, and compliance with performance schedules; a) Demonstrate how design costs, design schedules, and construction budgets have been managed. Use examples of actual projects similar in size and type, to the work required on this contract. Provide examples of accelerated projects and projects constrained by government fiscal year time lines; b) Provide information comparing original construction budgets to bid costs to final construction costs; c) Describe your cost estimating system. (5) LOCATION in the general geographical area of the project and knowledge of the locality of the project; a) Demonstrate knowledge and experience working with the Federal, State, and local regulatory agencies that have cognizance over designs at MCB Quantico, an example is the Virginia Department of Environmental Quality; b) Demonstrate knowledge and experience working with local utility providers serving the MCB to include, electrical power, water, and natural gas; c) State the location of all offices of the firm to be utilized for this contract, and what type and percent of work will be done at each . (6) QUALITY CONTROL including performance of quality control on prior contracts; a) Describe current methods for quality (QC) control of designs. Detail how these methods have improved the quality of designs. Note specific cases of errors or omissions which the firm's QC methods have corrected. Describe how the firm's QC has been improved over time; b) Describe how review comments are managed; c) Explain which CADD systems are used and which drawing standards are followed; d) Describe and demonstrate how the firm manages client input. IMPORTANT: Firms must submit COMPLETE DATA ON ALL of the selection criteria, including each specific sub-element requested, by the closing date. Specific, clear, detailed, submissions will receive higher consideration than generic, or incomplete submissions. Specialized studies may be required. At this time no seed project is designated. Firms which meet the requirements listed in this announcement, are invited to submit one (1) completed standard form SF 255 (11/92 edition) US Government Architect-Engineer and Related Services Questionaire for Specific project for themselves and one (1) completed SF 254 (11/92 edition) for themselves and each of their subcontractors to the Officer in Charge of Contracts, Building 2004, Mann Hall, Barnett Avenue, Room 211, Code 20, P O Box 1855, Marine Corps Base, Quantico, Virginia 22134-0855. On SF 255, block 3b, provide the firm?s ACASS number. For obtaining a ACASS number, please fax your SF 254 to 503-808-4606. On SF 255, block 3b, provide the firm?s ACASS number. Provide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project (project manager, design engineer, etc.) and identify where the team member is located if different from the SF 255, block 3b. On Block 9 of the SF 255, responding firms must indicate the number and amount of fees awarded on DoD (Army, Navy and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. The proposed contract is being solicited on an UNRESTRICTED basis. THE NAICS CODE FOR THIS ANNOUNCEMENT IS 541330 WHICH STATES THE BUSINESS SIZE STANDARD TO BE $4 MILLION OF AVERAGE ANNUAL RECEIPTS FOR ITS PRECEDING 3 FISCAL YEARS. ALL INTERESTED ARCHITECT-ENGINEERS ARE REMINDED THAT IN ACCORDANCE WITH THE PROVISIONS OF P.L. 95-507, THEY WILL BE EXPECTED TO PLACE SUBCONTRACTS TO THE MAXIMUM PRACTICABLE EXTENT CONSISTENT WITH THE EFFICIENT PERFORMANCE OF THE CONTRACT WITH SMALL AND SMALL DISADVANTAGED FIRMS. Responses received by 15 January 2001 at 2:00 PM will be considered for selection. Should the due date fall on a weekend or holiday, the SF 254 and SF 255 is due the first workday thereafter. If the closing date is a Saturday or Sunday or Federal Holiday, the deadline is 2:00 PM the next business day. No other notification will be made and no further action is required. Following an initial evaluation of the qualification and performance data submitted, firms considered to be the most highly qualified to provide the type of service required, will be chosen for interviews. Interviewed firms may be required to provide examples of their work. Selection of firms for negotiation shall be through an order of preference based on the demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required. This is not a request for proposals. Solicitation packages are not provided for A&E contracts. Selected firms may be subject to an advisory audit performed by the Defense Contract Audit Agency. EEO Compliance is required. Large firms should provide a subcontracting plan to meet small disadvantaged set-aside goals of not less than 5%. The women-owned, small business set aside goals in that subcontracting plan shall not be less than 5%. This does not apply if the prime firm is a small business concern. FAXED COPIES OR E-MAILED VERSIONS OF THE SF 254 AND 255 WILL NOT BE ACCEPTED.
 
Place of Performance
Address: Building 2004 P O Box 1855, Mann Hall Room 211, Marine Corps Base, Quantico, Virginia
Zip Code: 22134-0855
Country: USA
 
Record
SN20011213/00006345-011214104820 (fbodaily.com)
 

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.