Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 13,2000 PSA#2578

C1 (14) F210 OIC of Navfac Contracts, NETC, Bldg 1, Simonpietri Drive, Newport, RI 02841-1712

C -- ARCHITECT-ENGINEER SERVICES TO PROVIDE EXTERIOR ELECTRICAL UTILITY ENGINEERING SERVICES AT THE NAVAL COMPLEX, NEWPORT, RI SOL N62472-00-R-6902 DUE 051000 POC Karen Sampson (401) 841-2543 ext 103 E-MAIL: click here to contact the contracting officer via, Sampsonkl@exchange.efdnorth.navfac.navy.mil. This acquisition is set-aside for SMALL BUSINESS. SIC code is 8711 and the size standard is $4.0 million. Architectural and Engineering Services are required for the preparation of plans, specifications, cost estimates, surveys and/ or reports for multiple projects at the Naval Complex, Newport, RI. Each project will feature requirements in Electrical Utility Engineering Services the bulk of which will be exterior and Electrical in nature, such as replacement or repair of the exterior electrical duct system, repair/ replacement of existing high voltage switches or transformers and various substation projects. Projects may include a small amount of associated non-electrical work. The following post-construction award services (PCAS) may be required: reviewing of shop drawings and material submittals, preparations of "as-built" drawings, and consultation and on-site visits during construction. The firm selected for this contract must be familiar with preparation of specifications and cost estimates utilizing Naval Facilities Engineering Command (NAVFAC) SPECSINTACT program and CSI format. All projects may include asbestos, hazardous materials and/ or hazardous waste. Services will be required within one year of the date of the contract award of the basic contract. There will be an Option to extend the contract for one additional year. The Government reserves the right to exercise or not to exercise this Option. The guaranteed minimum for the basic contract is the first delivery order issued. The Guaranteed minimum for the option year is the first delivery order issued under the option year. Subject to necessary changes, the total A/E fee that may be paid under this contract will not exceed $500,000 for the total of the base year plus the option year. It is anticipated that the Base year and Option year will not exceed $250,000 EACH, however the $250,000 annual limit may be exceeded provided that $500,000 is not exceeded over the 2 year period. A/E firms responding to the announcement will be evaluated on theabove requirements based on the following criteria in relative order of importance: Selection Evaluation Criteria (a) Specialized experience and capabilities in all phases of exterior utility engineering with a special emphasis on work with existing facilities which are in service, (b) Professional qualifications of staff to be assigned with special emphasis on field personnel to be utilized, (c) Capacity to perform the work in the required time, (d) Performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules, (e) Location of firms in the general geographical area of the projects, provided there is an appropriate number of qualified firms therein for consideration, (f) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design, (g) Volume of work previously awarded to the firm by the Department of Defense (DoD), (h) Performance Evaluations on recently completed DoD contracts. Engineering firms which meet requirements described in this announcement are invited to submit a completed Standard form 254 Architect-Engineer and Related Service Questionnaire and a Standard form 255 Architect-Engineer and Related Service Questionnaire for the specific project (N62472-00-R-6902) to ROICC, NAVFAC Contracts, Naval Station, Building 1, Simonpietri Dr, Newport, RI 02841-1712. Firms responding to this announcement by 10 May 2000 will be considered. THIS IS NOT A REQUEST FOR PROPOSAL. Per the Debt Collection Improvement Act of 1996, the Defense Federal Acquisition Regulation Supplement (DFARS) has been amended to require all contractors to register in the Department of Defense (DOD) Central Contractor Registration (CCR) Database. Be advised for solicitations issued after May 31, 1998, failure to register in the CCR makes an offeror ineligible for award of DOD contracts. Information regarding this registration may be obtained by accessing the website at www.ccr2000.com or by referring to DFARS Subpart 204.73. Offerors should submit verification of their firm's registration in the CCR Database with their submittal. Posted 04/11/00 (W-SN443505). (0102)

Loren Data Corp. http://www.ld.com (SYN# 0028 20000413\C-0009.SOL)


C - Architect and Engineering Services - Construction Index Page