SOLICITATION NOTICE
C -- INDEFINITE DELIVERY QUANTITY ARCHITECT-ENGINEER CONTRACT FOR MECHANICAL/ELECTRICAL PROJECTS AT MARINE CORPS LOGISTICS BASE, ALBANY, GA
- Notice Date
- 6/28/2004
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, ROICC Albany, Walker Avenue Building 5500, Albany, GA, 31704
- ZIP Code
- 31704
- Solicitation Number
- N62467-04-R-2084
- Response Due
- 7/28/2004
- Archive Date
- 8/12/2004
- Point of Contact
- Patricia Morgans, Contract Specialist, Phone 229-639-5603 x-15, Fax 229-639-5999,
- E-Mail Address
-
morganspa@efdsouth.navfac.navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a small business set-aside solicitation. One firm will be selected from this solicitation. Architect-Engineer or Engineering Services are required for preparation of plans, specifications, cost estimates, related studies, and all associated engineering services for several projects under an indefinite quantity contract for Marine Corps Logistics Base, Albany, Georgia. There is likely to be a wide variation in the complexity and size of the MECHANICAL/ELECTRICAL design projects issued under this contract as Task Orders. However, no single task order will exceed $99,000, in total fees. The duration of the initial contract will be for one (1) year from the date of initial contract award with four (4) one-year options. A maximum of $100,000 in task orders is possible during each period not to exceed $500,000 for the entire contract. The seed project or initial task order will satisfy the minimum guarantee during a contract period. The Government reserves the right to exercise the option after one year or once maximum fees are met, whichever comes first. Design services will include, but not limited to: (A) Heating, Ventilation, and Air Conditioning upgrade/renovation/design; (B) Electrical upgrade/renovation/ design; (C) Engineering studies of air quality/water systems/HVAC systems, etc.; (D) Plumbing system upgrade/renovation/design; (E) Replace/upgrade gas and water lines; (F) Evaluation and definition of asbestos materials may be required. Subsequent preparation of plans and specifications may require definition of the removal and/or disposal process. Firms responding to this announcement must be prepared to accept the aforementioned as a part of their contract responsibility; and/or (G) The Government will reserve an option to negotiate construction inspection services and the preparation of Operating and Maintenance Support Information (OMSI) and/or as-built drawings. A-E firms responding to this announcement will be evaluated on the above requirements based on the following criteria in relative order of importance: (1) Professional qualifications (in-house personnel and/or consultants) necessary for satisfactory performance of required services; (2) Aggressive internal quality control program with demonstrated results of reducing design errors and/or omissions. Proven quality control of design documents. Performance on cost control in terms of budget control throughout the design efforts as well as bid results. Knowledge of bid climate and related impact factors; (3) Recent specialized experience and technical competence of the firm in the design of mechanical/electrical systems for new and retrofit projects for industrial/commercial, warehouse buildings (include government and private experiences). List experience with similar projects successfully designed in the last five years; (4) Capacity to accomplish the work in the required time; as demonstrated by the impact of this workload of the firm's permanent staff, projected workload during the anticipated design period; the firm's history of successfully completing projects in compliance with performance schedules and providing timely construction support. Provide specific experience and relate time frames to accomplishment of similar design efforts. If consultants are involved, address history of working relationship; (5) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Demonstrated long term Government or private business relationship repeat business on related efforts and construction support; (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design; (7) Location of the firm in the general geographic area of the contract provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract; and (8) Volume of work awarded to the firm by the Department of Defense during the last 12-month period with the objective of effecting equitable distribution of contracts among qualified Architect-Engineer firms. The initial work will be for Work Request # MB-04-13111, Replacement of HVAC System @ Building 7104. It will include the demolition of the entire Heating, Ventilation, and Air Conditioning (HVAC) System in Building 7104 (two-story barrack; 221?4? x 29?6?) and the replacement with a complete new HVAC System. This work will involve the removal of deteriorated and aged HVAC equipment including air compressor and drier, air cooled chiller unit, centrifugal air separator, heat exchanger, compressor tank, hot water converter, fan coil units and all associated ductwork, piping, pumps, and electrical; and the removal and replacement of the existing ceiling in the entire building. The architectural floor plans for this building will be provided, as well as, existing utility drawings for the project area. Prior to any design work, the A/E firm will be required to do an economic analysis, evaluation of several system options including, but not limited to, a central HVAC system and individual hotel unit type system, and lifecycle cost analysis for each system option evaluated. No other general notification to firms for other similar projects performed under this contract will be made. Type of Contract: Firm Fixed Price. The title of this contract shall be "INDEFINITE DELIVERY QUANTITY ARCHITECT-ENGINEER CONTRACT FOR MECHANICAL/ELECTRICAL PROJECTS AT MARINE CORPS LOGISTICS BASE, ALBANY, GEORGIA." Solicitation number is N62467-04-R-2084. Estimated start date is 15 September 2004. Firms which meet the requirements described in this announcement are requested to submit a completed SF 330, U. S. Government Architect-Engineer Qualifications, to the office shown above. The SF 330 should clearly indicate the office location where the work will be performed and the qualifications of the individuals anticipated to work on the contract and their geographical location. Firms responding to the announcement by close of business 5:00 PM EST, 28 JULY 2004 will be considered. In the case where an insufficient number of SF 330?s are received, then firms having a current SF 330 Part II on file with this office may be requested to submit a SF 330 Part I. All Federal contractors must be registered in the Central Contractor Registration (CCR) database. New contract awards can only be made to contractors who are registered in CCR. The website for CCR is http://www.ccr.gov. This proposed contract is 100% set-aside for small business concerns. NAICS 541330. Size standard $4 Million. THIS IS NOT A REQUEST FOR PROPOSALS AND THERE IS NO SOLICITATION PACKAGE. Inquiries concerning this announcement should mention location and solicitation number. Surface mail should be addressed to Officer in Charge of Construction, P.O. Box 43119, Marine Corps Logistics Base, Albany, Georgia 31704-3119. Overnight delivery of submittals should be addressed to Officer in Charge of Construction, Bldg 5500 Walker Avenue, Marine Corps Logistics Base, Albany, Georgia 31704. Address all responses to ATTN: Code 02F0 Patty Morgans.
- Place of Performance
- Address: MARINE CORPS LOGISTICS BASE, ALBANY, GA
- Zip Code: 31704
- Country: US
- Zip Code: 31704
- Record
- SN00611425-W 20040630/040628212329 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |