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