|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 27,1995 PSA#1291Officer In Charge, Puget Sound Naval Shipyard, C/910C, 1400 Farragut
Avenue, Bremerton, Washington 98314-5001 C -- INDEFINITE QUANTITY CONTRACT FOR ARCHITECT/ENGINEER SERVICES FOR
ELECTRICAL PROJECTS AT PUGET SOUND NAVAL SHIPYARD AND TENANT
ACTIVITIES SOL N44255-95-D-0714 POC Susan Carroll, Contract Specialist,
(360) 476-6118/Wanda Edwards, Contracting Officer (360) 476-2427. The
resulting contract shall be for an indefinite quantity contract to
support the Facilities and Maintenance Department's Engineering
Division in the preparation of engineering studies, analyses, reports
and cost estimates as designated; preparation of final plans,
specifications and cost estimates for designated construction projects;
preparation of working drawings, cost estimates and descriptive text
for projects to be accomplished by shop forces; preparation of AUTOCAD
compatible computer-aided drawing data on electronic storage media;
preparation of computer automated specifications using SPECSINTACT will
be required; and preparation of asbestos, hazardous waste, or pollution
abatement related designs (as necessary). The work will be accomplished
for projects located at the Puget Sound Naval Shipyard and tenant
activities. Selection will be based on the following prioritized
criteria which are numbered in order of importance: (1) Professional
qualifications of staff and consultants to be assigned to this contract
which are necessary for satisfactory performance of the type of work
listed in criteria #2. In Block 4 of the SF 255 (Personnel by
Discipline), show the entire proposed team by listing personnel
employed by the prime contractor in the blanks provided and personnel
from consultants to the left in parentheses. In Block 7 indicate branch
office location of each team member. (2) Specialized experience and
technical competence of the firm and consultants on the following types
of projects; a) relocate 12kv substation including vacuum switchgear
and transformers; b) replace 12kv and 5kv switchgear at substation
including SCADA remote; c) replace low voltage switchgear in substation
(4000 amp bus); d) install ground relays on low voltage ships services
circuits; e) install tie breaker between normal and emergency buses,
including synchronizer and all protection; f) install variable
frequency drives for a variety of uses, including 600 HP pumps with
telemetry control and monitoring, and energy management; g) replace 3
phase and 1 phase service panels (entrance, distribution, etc.); h)
evaluation and analysis of the power distribution system, including
harmonics and available fault current analysis; i) design and
modification of elevators and associated controls; j) install and
modify fire protection systems; (3) Past performance of the firm on
projects of a similar nature to those listed in criteria #2 above, with
Government agencies, including the Department of Defense (DOD), and
private industry; (4) Professional capacity of the firm to accomplish
the contemplated work within the required time limits of each project.
Demonstrate the ability to complete several complex delivery orders
concurrently; (5) Provide information detailing the Quality Control
Program for managing the quality of documentation and preparationof
work performed by the firm and it's consultants. Include documentation
that demonstrates successful application of the Design Quality Control
Program on projects similar to those listed in criteria #2; (6) Cost
control effectiveness of the firm on projects of a similar nature to
those identified in criteria #2. Include documentation of a valve
engineering involvement and how cost control is applied to smaller
projects; (7) Location of the firm in the general geographical area of
the projects and knowledge of the locality of the projects; (8) Volume
of work previously awarded by the DOD to the firm. This information
shall be recorded on page 10 of the SF 255 by listing total amount of
prime DOD fees awarded for the previous 12 months; (9) Demonstrate
commitment to small business and to small disadvantaged busines,
historically black college and university, or minority institution
performance of the contract, whether as a joint venture, teaming
arrangement or subcontractor. During performance of this work, asbestos
hazardous waste or pollution abatement may be encountered. Proposed
procurement will result in one fixed priced indefinite quantity
contract with a minimum guarantee of $25,000.00 for the base year. The
resultant contract will be comprised of delivery orders not to exceed
$200,000.00 each, and the cumulative total of this contract shall not
exceed $500,000.00. The contract provides for one base year and one
year extension (both comprised of the type of work described in
criteria element (2) Recent Specialized Experience) at the option of
the Government. The minimum guarantee for the option year is
$25,000.00. Qualified firms desiring consideration shall submit one
copy of the SF 255 and SF 254 (unless already on file), specifically
addressing all criteria elements listed, including organization chart
of key personnel to be assigned to this contract and consultants
current SF 254 (unless already on file) to Susan Carroll, Code 910C,
Puget Sound Naval Shipyard, 1400 Farragut Avenue, Bremerton, WA
98314-5001 no later than COB (4:00 p.m.) 30 days from the date of this
issue. NOTE: Failure to submit the aforementioned items and the amount
of DOD fees awarded to the firm will reflect negatively on the firm's
submittal during the evaluation process. Unnecessarily elaborate
brochures or other presentations beyond those sufficient to present a
complete announcement are not desired. No additional technical
information is available. This project is open to all business
concerns. This is not a request for a proposal. See Numbered Note(s):
24. (0054) Loren Data Corp. http://www.ld.com (SYN# 0016 19950224\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|