|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 28,1995 PSA#1419Engineering Field Activity, Northwest, Naval Facilities Engineering
Command, 19917 7th Ave. NE, Poulsbo, WA 98370-7570 C -- INDEFINITE QUANTITY CONTRACT FOR ARCHITECT/ENGINEER SERVICES FOR
MECHANICAL/ELECTRICAL PROJECTS AT NAVAL AIR STATION, WHIDBEY ISLAND,
OAK HARBOR, WASHINGTON SOL N44255-95-D-6187 POC Ms. Val Vitacolonna,
Contract Specialist,(360)396-0267, Mr. Patrick Donnelly, Contracting
Officer. DESCRIPTION: Firm fixed-price Architect-Engineer services are
required for an indefinite quantity type contract to support the
Public Works Engineering Division at the Naval Air Station Whidbey
Island, Oak Harbor, Washington for prepraration of engineering studies,
analyses, reports and cost estimates as designated on individual
delivery orders, preparation of final plans, specifications, and cost
estimates for designated construction projects, and preparation of
working drawings, cost estimates and descriptive text for projects to
be accomplished by shop forces. This contract will be for
mechanical/electrical projects. During the performance of this
contract, asbestos, hazardous materials/waste, or pollution abatement
may be encountered. The Government will require preparation of
specifications using the ''SPECSINTACT'' or equivalent system and
submission of the specifications shall be accompanied by electronic
storage media. Drawings will be submitted in AUTOCAD Version 12
compatible format in accordance with Military Handbook 1006/7.
SELECTION CRITERIA: Prioritized selection criteria in descending order
of importance are: (1) Professional qualifications of the staff to be
assigned to this project, including subconsultants, and their
respective vocational background in the design of the types of
facilities discussed in criteria (2) below. List only the team members
who will actually perform major tasks under these projects.
Qualifications should reflect the individual's potential contributions
to the projects. In Block 4 of the SF-255 (Personnel by Discipline)
show the entire proposed team by listing personnel employed by the
prime in the blanks provided and personnel from consultants to the left
in parentheses. In Block 7 of the SF-255 indicate branch office
location of each team member including key consultant's personnel. (2)
Recent specialized experience and technical competence of the firm
(including consultants) in the past 5 years in repair, maintenance,
upgrade, and alteration projects in the following work areas: (a)
MECHANICAL DISCIPLINE: heating, ventilating, and air conditioning;
exterior distribution of compressed air, steam, and natural gas;
cathodic protection; fire protection systems; jet fuel storage and
distribution; direct digital control systems; boilers; and air
compressors. (b) ELECTRICAL DISCIPLINE: exterior electricity
distribution, transformation, and protection (12.47KV and below);
building interior wiring and lighting; fire alarm systems; airfield
lighting and control; emergency generators; 400 cycle power generation
and distribution; power conditioning; uninterruptilbe power supplies;
and intrusion detection systems. It is estimated that the Indefinite
Quantity contract will be split equally between mechanical and
electrical projects. The first four work areas listed above for both
the mechanical and electrical disciplines have equal weighting value.
Projects may be located in aircraft hangars, barracks, training,
administrative, specialized military facilities, and outside, subgrade,
or above ground. Major importance will be placed on integrating new
designs with old existing buildings and equipment. Experience with life
safety codes, fire codes, hazardous waste abatement, environmental
regulations and their relationships to mechanical and electrical design
issues should be shown. Familiarity and routine use of CAD system
compatible with AUTOCAD Version 12 should be shown. Do not list more
than 10 projects in Block 8 of the SF 255; projects listed should have
been completed within the last five years. Indicate which consultants
from the proposed team, if any, participated in the design of each
project. (3) Design Quality Control Program. Provide information
describing the quality control program and key procedures including
coordination of subcontractor's quality control program. Include
documentation that demonstrates successful application of the quality
control program for previous projects similar to those discussed in
criteria (2) above. (4) Past performance on contracts of a similar
nature, as discussed in criteria (2) above, with government agencies
and private industry in terms of cost control and compliance with
performance schedules. Show representative examples of bid prices
compared to A/E estimates on recent projects from the planning stage to
bid. Show cost control measures taken and office procedures used to
ensure design is within boundary limits. List the results of 3 to 5
projects of the projects identified in response to criteria (2) above.
List experience with line item cost estimates prepared using R. S.
Means Company, Inc., Facilities Constrution Cost Data Manual. List
recent awards, commendations and other performance evaluations. (5)
Capacity to accomplish the work in the required time limits of each
project. Demonstrate the ability to complete several complex
multidisciplinary delivery orders concurrently (i.e. the impact of this
workload on the firm's permanent staff, projected workload during the
contract period, the firm's history of successfully completing work in
compliance with performance schedules, and the firm's history of
providing timely submittals). Indicate the firm's present workload and
the availability of the project team (including consultants) for the
specified contract period. (6) Knowledge of the locality of the
project. Demonstrate knowledge of the locality of the areas included in
this contract. (7) Demonstrated success in prescribing the use of
recovered materials and in achieving waste reduction and energy
efficiency in facility design. *** Note: Criteria numbers (8) through
(10) shall be used as secondary evaluation factors should the
application of criteria numbers (1) through (7) result in firms being
ranked as equals. *** (8) Location of the firm in the general
geographic area, provided that the application of this criterion leaves
an appropriate number of firms given the nature and size of this
project. (9) Use of small or disadvantaged or women-owned business
firms as primary consultants or as subcontractors (10) Volume of work
previously awarded by the DoD to the firm. This information shall be
recorded in Block 9 of the SF-255 by listing the total amount of prime
DoD fees awarded for the previous 12 months. GENERAL INFORMATION: The
proposed procurement will result in the award of one fixed price
indefinite quantity contract. The contract provides for one base year
not to exceed $500,000.00 and one option year not to exceed $500,000.00
which may be unilaterally exercised by the Government. The contract
shall have a minimum guarantee of $25,000.00 for the base year, and
$25,000.00 for the option year if exercised. The maximum value of
individual delivery orders executed under this contract is $200,000.00.
The estimated start date is March 1996 with an option available to the
Government to extend the contract for one additional year until March
1998. A small business/small disadvantaged business subcontracting
plan may be required in accordance with FAR 19.702. The Standard
Industry Code (SIC) for this procurement is 8711. The small business
size standard is $2.5 Million annual average gross revenue for the last
three fiscal years. Qualified firms desiring consideration shall submit
one copy of an SF-254, an SF-255 including organization chart of key
personnel to be assigned to this contract and each subconsultant's
current SF-254 to Ms. Val Vitacolonna, Code 0211VV, 19917 7th Ave NE,
Poulsbo, WA 98370 not later than Close of Business (4:00 p.m. local
time) 30 days after publication in the Commerce Business Daily (first
work day following a weekend or Holiday). 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. Discuss why the firm is especially qualified based on the
selection criteria in Block 10 of the SF-255. For firms applying with
multiple offices, indicate the office which completed each of the
projects listed in Block 8 and list which office is under contract for
any contracts listed in Block 9. Use Block 10 of the SF-255 to provide
any additional information desired. Personal interviews may not be
scheduled prior to selection of the most highly qualified firms.
Elaborate brochures or other presentations beyond those sufficient to
present a complete and effective response to this announcement are not
desired. Firms which design or prepare specifications for a
construction contract or procurement of supplies cannot provide the
construction or supplies. This limitation also applies to subsidiaries
and affiliates of the firm. Telegraphic and facsimile SF-255's will
not be accepted. Site visits will not be arranged during the submittal
period. Debriefing requests will not be entertained prior to 45 days
after the SF 254/255 submittal due date. This project is open to all
business concerns. No additional technical information is available.
This is not a request for proposals. (0236) Loren Data Corp. http://www.ld.com (SYN# 0024 19950825\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|