|
COMMERCE BUSINESS DAILY ISSUE OF MAY 7,1999 PSA#2341Engineering Field Activity, NW, NAVFACENGCOM, 19917 7th Ave NE,
Poulsbo, WA 98370-7570 C -- INDEFINITE QUANTITY CONTRACT FOR ARCHITECT/ENGINEER SERVICES FOR
MECHANICAL/ELECTRICAL PROJECTS SOL N44255-99-R-4421 POC P. W. Talbot,
Contracting Officer (360) 396-0249 E-MAIL: click here to contact the
Contracting Officer via, talbotpw@efanw.navfac.navy.mil. Firm
fixed-price Architect-Engineer services are required for engineering
studies and for the design and preparation of plans and specifications
for the purpose of bidding and construction of mechanical and
electrical projects at various locations in the United States, however
primarily in Washington State. Projects may require preparation and/or
evaluation of design-build requests for proposals (RFPs) or preparation
of conventional full-design packages. Major importance will be attached
to functionally integrating new designs and equipment into existing
facilities. Typical types of work include ventilation, exhaust,
heating, air-conditioning; lighting and electrical power distribution
and transformation; airfield lighting and control; power conditioning,
uninterruptible power supplies, and emergency generators; cathodic
protection, electrical grounding mats, and energy monitoring controls
for various systems; plumbing, boiler plants, building level and campus
level steam distribution; fire protection and alarm systems; water
treatment and hazardous containment facilities; underground storage
tanks, jet fuel storage and distribution; intrusion detection systems;
waterfront utilities; arctic design; Year 2000 (Y2K) compliance
assessments; and consultation support during construction. The work may
also require various engineering services including, but not limited to
design concept and analysis, construction cost estimating, project
scheduling, field investigation, surveying, geotechnical evaluation,
fire protection engineering, fuel tank or other inspections outside,
above ground or below grade. During the performance of this contract a
number of environmental concerns may be encountered including, but not
limited to, stormwater quality, sediment control, hazardous materials,
pollution abatement, lead removal, asbestos abatement, toxic air
emissions, and ground water contamination. Projects may require
building systems and controls analysis for Y2K compliance in connection
with Navy Inventories, Assessments, Testing, Contingency Plans (CPs),
and Continuity of Operations Plans (COOPs). Y2K projects may involve
redesigns needed as a result of hardware and/or software failures
occurring in embedded computer chip control components. The AE shall be
required to prepare cost estimates, using current-year R.S. Means, Inc.
Construction Cost Data, that have been reviewed and approved by a
professional cost engineer. The AE may be required to use SUCCESS (U.S.
Cost, Inc.) cost estimating software. The AE shall be required to
prepare as-built documentation at the time of construction in both
electronic media and hard-copy. Electronic files shall be submitted in
AUTOCAD or INTEGRAPH Microstation-compatible computer drawing format.
The AE shall be required to prepare computer automated specifications
using (SPECSINTACT) software. SELECTION CRITERIA, in descending order
of importance, are: (1) Recent specialized experience and technical
competence of the firm (the office/branch actually accomplishing the
work) including consultants, in the preparation of mechanical and
electrical design packages for the following fourteen different types
of work, in order of importance: ventilation, exhaust, heating,
air-conditioning; lighting and electrical power distribution and
transformation; airfield lighting and control; power conditioning,
uninterruptible power supplies, and emergency generators; cathodic
protection, electrical grounding mats, and energy monitoring controls
for various systems; plumbing, boiler plants, building level and campus
level steam distribution; fire protection and alarm systems; water
treatment and hazardous containment facilities; underground storage
tanks, jet fuel storage and distribution; intrusion detection systems;
waterfront utilities; arctic design; Year 2000 (Y2K) compliance
assessments; and consultation support during construction. Design-build
experience is preferred and may result in an increased rating for this
criteria. Do not list more than twenty (20) projects in Block 8 of the
SF-255; projects listed shall have been substantially completed within
the last three years. Indicate which consultants from the proposed
team participated in each of these projects. In the project
descriptions, provide (i) evidence of experience in site planning and
design of environmentally responsible and sustainable facilities
integrated across all engineering disciplines and (ii) examples of
experience delivering products in Standard International (SI) metric
units from planning stages through design and construction. Extra
credit may be assigned for each project cited which involves the
sustainable design approach. (2) Professional qualifications of the
staff to be assigned to this contract, including subconsultants, in
conducting mechanical and electrical engineering and related value
engineering studies and cost estimates, life cycle analyses,
sustainable design and construction analyses, Y2K assessments and
testing, and applicable sketches for the following types of work, in
order of importance: ventilation, exhaust, heating, air-conditioning;
lighting and electrical power distribution and transformation; airfield
lighting and control; power conditioning, uninterruptible power
supplies, and emergency generators; cathodic protection, electrical
grounding mats, and energy monitoring controls for various systems;
plumbing, boiler plants, building level and campus level steam
distribution; fire protection and alarm systems; water treatment and
hazardous containment facilities; underground storage tanks, jet fuel
storage and distribution; intrusion detection systems; waterfront
utilities; arctic design; Year 2000 (Y2K) compliance assessments; and
consultation support during construction. Design-build contracting
qualifications are preferred and may result in an increased rating for
this factor. List only the team members who actually performed the
major tasks for these projects. Key personnel must have professional
registration in their discipline. Qualifications should reflect each
individual's skills and abilities to contribute to the successful
completion of task orders on this contract. In Block 4 of the SF-255
(Personnel Discipline) show the entire proposed team and professional
registration credentials 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 personnel. (3) Design
Quality Control (OQ) Program. Provide a copy of the firm's corporate QC
program. Also provide a sample QC plan prepared for a prior project.
The sample should show how individual subconsultant quality control
measures were integrated into the firm's overall QC program for the
design team. It should identify and describe key procedures to ensure
effective coordination of all project data and of the team's effort to
partner with the construction contractor. (4) Past performance on
projects for the following types of work: ventilation, exhaust,
heating, air-conditioning; lighting andelectrical power distribution
and transformation; airfield lighting and control; power conditioning,
uninterruptible power supplies, and emergency generators; cathodic
protection, electrical grounding mats, and energy monitoring controls
for various systems; plumbing, boiler plants, building level and campus
level steam distribution; fire protection and alarm systems; water
treatment and hazardous containment facilities; underground storage
tanks, jet fuel storage and distribution; intrusion detection systems;
waterfront utilities; arctic design; Year 2000 (Y2K) compliance
assessments; and consultation support during construction. Identify and
describe fully, in terms of quality of work, cost control and
compliance with performance schedules, a minimum of three (3)/maximum
of five (5) examples of construction projects completed successfully
within the last three years. Projects listed shall be those completed
by the office/branch that will be accomplishing the work under this
contract. Indicate cost control measures taken and other proactive
procedures used to ensure projects are within cost limitations. List
recent awards, commendations and other performance evaluations received
by the team proposed for this project, for projects similar to those
listed within this factor. (5) Capacity. Demonstrate the ability to
completed several multidisciplinary contract task orders concurrently
(i.e., the impact of this potential workload on the firm's permanent
staff and anticipated workload during the contract period along with
the firm's history of successfully completed work in compliance with
performance schedules and providing timely submittals). Indicate the
firm's present workload and the availability of the proposed team
members (including consultants) for the specified contract period. (6)
Demonstrated success in prescribing the use of recovered materials and
achieving waste reduction and energy efficiency in facilities design.
Indicate familiarity with energy sustainability design and
specification as well as EPAComprehensive Procurement Guidelines for
use of recycled-content building materials. *** Note: Criteria numbers
(7) through (10) shall be used as secondary evaluation factors should
the application of criteria numbers (1) through (6) result in firms
being rated as equal. (7) Demonstrated knowledge of the localities
included in this contract. (8) Location of the firm in the general
geographic area. (9) Use of small/small disadvantaged or women-owned
business firms as primary consultants or as subconsultants. (10) Volume
of work previously awarded 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 shall result in the award of one fixed-price
indefinite quantity contract. The contract period of performance shall
not exceed a base plus two option years or a total contract value of
$1,500,000.00, whichever occurs first. The option years may be
exercised unilaterallyby the government. The contract minimum guarantee
shall be $5,000 or the value established by award of a seed project.
The minimum and maximum values of individual contract task orders
executed under this contract are $2,500 and $250,000 respectively. The
estimated start date is October 1999. A small business/small
disadvantaged business subcontracting plan may be required in
accordance with FAR 19.702. The Standard Industrial Classification Code
is 8711. The related 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, and
SF-255 including organization chart of key personnel to be assigned to
this contract and each subconsultant's current SF254 to Ms. Pat
Talbot, Code R021PT, Engineering Field Activity, Northwest, 19917 7th
Avenue NE, Poulsbo, WA 98370-7570 not later than 2:00 PM (PST) 04 JUN
1999. Failure to submit the aforementioned items and the amount of DoD
fees awarded to thefirm will reflect negatively on the firm's
submittal during the evaluation process. In Block 10 of the SF-255
discuss why the firm is especially qualified based on the selection
criteria. Firms applying with multiple offices, shall indicate the
office which completed each of the projects listed in Block 8 and shall
list which office is under contract for any projects listed in Block 9
of the SF-255. 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 that
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 at this time. This is
not a request for proposals. Posted 05/05/99 (W-SN327965). (0125) Loren Data Corp. http://www.ld.com (SYN# 0034 19990507\C-0006.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|