Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 12,1996 PSA#1549

Rhonda P. Mullendore, Code 092S, Indian Head Division, Naval Surface Warfare Center, Building 551, Indian Head, Maryland 20640-5035

C -- MISCELLANEOUS MECHANICAL ELECTRICAL DESIGN AND ENGINEERING SERVICES (INDEFINITE QUANTITY CONTRACT), INDIAN HEAD DIVISION, NAVAL SURFACE WARFARE CENTER, INDIAN HEAD, MARYLAND SOL N62477-96-D-3547 DUE 040296. Contact Point, Rhonda P. Mullendore, 301/743-4402, Sheila K. Lundstrom, Contracting Officer, 301/743-4402. The work includes an indefinite quantity contract for mechanical electrical design and engineering services with multi-disciplinary support. Delivery orders/projects may include but not limited to: preparation of studies, technical reports and conceptual designs, conducting engineering evaluations and preparation of construction contract drawings, specifications, engineering calculations and cost estimates, complete and ready for bidding. The A/E firm may also have to provide Post Construction Award Services such as as-built drawing preparation, review and approval of shop drawings, construction site visits and consultation during construction. Although none is now known, the possibility of hazardous materials, i.e. asbestos and lead paint, may exist at the project sites. If hazardous materials are encountered, the A/E Contractor may be required to conduct testing and sampling, as well as provide design removal procedures in accordance with applicable rules and regulations, electrical distribution, heating ventilation and air conditioning (HVAC) for industrial areas, ventilation for explosive areas, explosion proof equipment design or installation, equipment controls, fire detection and protection systems for hazardous areas and lighting protection systems. The preparation of comprehensive storm water management plans or waivers for the State of Maryland may also be required under this contract. The duration of this contract will be for a period of one year. The Government reserves the right to exercise up to one additional year for additional services based on funding availability and satisfactory performance by the Contractor during the initial contract period. Individual fees for any one project will not exceed $99,000.00. The total fees per year shall not exceed $200,000.00. Selection evaluation criteria, in relative order of importance, include: (1) Specialized experience and professional qualifications of the firm (and its subcontractors) in the following areas: a. Design of mechanical and electrical systems for industrial and explosion-proof facilities with specific application using the NAVSEA OP-5 manual, NAVOSH standards and Maryland air emissions regulations. b. Design of process equipment systems and experience with design for installation of government furnished equipment. c. Design of primary and secondary lightning protection systems with specific applications using MIL-HDBK 1004/6. d. Design and retrofit of fire protection systems, including deluge and high speed deluge systems. (2) Demonstrate the capabilities in the following areas: a. Ability to sustain the loss of key personnel while completing the work within the required time limits. b. Coordinating and preparing all required permits for the State of Maryland especially storm water management waivers requests. (3) Location - Firms will be evaluated on their location with respect to the general geographical area of the contract and their knowledge of local codes, laws, permits, climate, construction materials and practices of the area (provided that the application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project). (4) Provide information regarding the firm's past performance in providing an internal quality control program to assure technically accurate plans, specifications, and construction cost estimates. Indicate the effectiveness of this program in providing the following specific data: a. Track record for providing project submissions within established design-to amounts; b. Track record for providing project submissions within established performance schedules. Please provide a reference for each project listed, including their phone number. (5) Provide information regarding the firms current status: a. Present firm's workload in respect to the project team availability, including subcontractors. (6) Preference will be given to firms with the capability of using CAD, SPECSINTACT, and the Cost Estimating Systems. Preference will be given to firms with the capability of using CAD, SPECSINTACT, and the Cost Estimating Systems. Firms are required to prepare cost estimates utilizing a computerized format and the specifications in the SPECSINTACT system format. Firms shall be responsible for accomplishing designs and preparing drawings utilizing Computer-Aided Design and Drafting (CADD) and delivering the drawings in Intergraph MicroStation PC, version 5 or higher, MD-DOS, digital format (.dgn). The Government will only accept the final product for full operation, without conversion or reformatting on the target system. The current target system is MS-DOS/WINDOWS operating system. Scanned drawings shall be delivered in native Intergraph format. Each firm's past performance(s) and performance ratings will be reviewed during the evaluation process and can effect the selection outcome. Architect-Engineer firms that meet the requirements described in this announcement are invited to submit a completed SF254 (unless already on file) and SF 255, U.S. Government Architect-Engineer Qualifications to the office shown below. Firms responding by close of business (3:00 P.M.) on the thirtieth (30th) day from this announcement will be considered and firms having a current SF 254 on file with this office can be considered. Site visits will not be arranged during the advertisement period. This proposed contract is being solicited on an unrestricted basis. Small Business size standard SIC Code is ``8711,'' $2.5 million averages over a three year period. Interested firms are requested to include telefax numbers, the Contractor Establishment Code (CEC), and Taxpayer Identification Number (TIN) on the SF 255 and SF 254 in Block 8 should not be more than 5 years old. The A/E firm's primary person proposed to be the direct contact with the Indian Head Division NAVSURFWARCEN throughout the contract work should be identified as the ``Project Manager''. Information in the cover letter and any other attachments will not be included in the official selection process. Fax copies of the SF 254 and 255 will not be accepted. This is not a request for proposal. No other general notification to firms under consideration will be made and no further action is required. Contracting Officer, Indian Head Division, Naval Surface Warfare Center, Code 092B, Building 551, 101 Strauss Avenue, Indian Head Maryland 20640-5035. See Note 24. (064)

Loren Data Corp. http://www.ld.com (SYN# 0020 19960311\C-0005.SOL)


C - Architect and Engineering Services - Construction Index Page