|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 13,1999 PSA#2409CG, MCAS CHERRY POINT, OIC, Contracts, Building 163, Curtis Road, PSC
Box 8006, Cherry Point, NC 28533-0006 C -- INDEFINITE QUANTITY CONTRACT FOR MECHANICAL AND ELECTRICAL
ENGINEERING AND DESIGN SERVICES, MARINE CORPS AIR STATION, CHERRY
POINT, NORTH CAROLINA SOL N62470-99-D-3906 DUE 092699 POC Marsha G.
Temple, Contract Specialist, 252 466-4751 This solicitation is for
mechanical and electrical engineering design services for various
project at MCAS, Cherry Point, North Carolina. This is NOT a request
for proposals. This proposed contract is being solicited on an
unrestricted basis. It shall have an initial term of one year and may
be renewed for one additional year at the option of the Government. The
maximum total fee (subject to necessary changes) shall not exceed
$500,000.00 including the option year. Opening project for this
contract is Project CP0112M, Replace HVAC, Building 198. Engineering
Services are required for mechanical and electrical designs, field
investigations, preparation of plans, specifications, cost estimates,
related studies and all associated engineering services, and shop
drawing review. Incidental architectural, structural and civil
engineering and environmental considerations may be required on some
projects. Experience is required in design of new and/or modifications
to existing systems including: HVAC, steam, chilled water, heat pumps,
compressied air, industrial gases, plumbing, fire protection systems,
pneumatic and digital electric controls for mechanical systems,
shelters and structural modifications related to mechanical systems,
modifications to electrical power distribution systems, lighting and
architecturally related items such as roof repairs, doors, windows,
ceilings and wall construction necessary for a complete project. A
working knowledge of destructive and non-destructive material sampling
and testing techniques is required. Sampling and testing for lead
paint, asbestos, and contaminated soils will be required. Firms are
required to prepare specifications in the SpecsIntact system format and
drawings shall be in AutoCAD version 13 compatible format. Firms which
meet the requirements described in this announcement are required to
submit one copy each of completed SF-254 and SF-255 forms. Copies of
SF-254 forms are also required for proposed consultants and copies of
SF-255 forms are encouraged for proposed consultants who are expected
to contribute significantly to the contract. Inquiries shall refer to
contract number and title. The A&E must demonstrate his and each key
consultant's qualifications with respect to the published evaluation
factors for design and all option services. Evaluation factors (1) and
(2) are of equal and greatest importance; factors (6), (7) and (8) are
of lesser importance than factors (1) through (5). Pertinent statements
relative to the evaluation factors shall be included in Part 10 of form
SF-255. Superfluous information is discouraged. Firms responding by
4:00 p.m. EST, 26 September 1999 will be considered. Late responses
will be handled in accordance with FAR 52.215-10. Specific evaluation
factors include: (1) Professional qualifications of the firm's proposed
personnel and its consultants (if proposed), necessary for satisfactory
performance of required services. Resumes shall be included for persons
expected to perform work under this contract, shall identify
anticipated role in performing contract work, shall show specific
location of each person's assigned office, shall list specific training
and certification, and shall highlight specific work experience
applicable to this contract; (2) Specialized recent (within the last
five years) experience of the firm (including consultants) and
technical competence in the type of work required. Cite examples of
prior work relationship with proposed consultants/associates. In Part
8 of SF-255 provide a synopsis of the scope of work, year work
completed, point of contact and telephone number for each project
listed. Include only projects involving mechanical and electrical
designs, similar in nature to required work. Specific project listed
shall include a cross reference to the names of persons identified in
evaluation Factor (1) and briefly describe their role in the project.
Provide evidence that your firm is permitted by law to practice the
profession of engineering in the State of resident i.e., state
registration number; (3) Capacity to accomplish the work in the
required time. Describe knowledge of the work area at Cherry Point and
outlying fields. In a maximum of one page, provide a narrative and/or
chart or graph showing the anticipated backlog of work over the next
twelve month period for key personnel proposed for use in this
contract. Firms shall identify any major pending projects or
organizational changes that could impact the ability to dedicate
personnel and resources to this contract. Provide one page maximum for
you and consultants that describes office automation support and
systems and other supporting equipment (i.e., AutoCAD, SpecsIntact);
(4) Past performance on contracts with Government agencies and private
industry in terms of demonstrated compliance with performance
schedules and evidence of demonstrated long term business relationships
and repeat business with Government and private customers. Firms may
submit letters of commendation received for the specific projects
identified in Part 8 of SF-255; (5) Qualityand cost control. Provide a
one page maximum summary of how your firm approaches internal quality
control and cost control processes and procedures. Identify how these
will be maintained for all work by multiple offices and consultants.
Provide an example for your quality control program in action; (6)
Demonstrate success in prescribing the use of recovered material and
achieving waste reduction and energy efficiency in facility design.
Relate to personnel proposed and example projects listed, if possible;
(7) Geographical office locations of the firm (including consultants)
that will be involved in the contract. State anticipated mode of
transportation to be used from each office and estimate approximate
mileage and typical response time. Application of this criterion is
contingent upon receiving an appropriate number of qualified firms. (8)
The volume of work previously awarded to the firm by the Department of
Defense (DOD) shall also be considered, with the object of effecting
an equitable distribution ofDOD architect-engineer contracts among
qualified architect-engineer firms. Posted 08/11/99 (I-SN366514).
(0223) Loren Data Corp. http://www.ld.com (SYN# 0020 19990813\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|