|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 27,2000 PSA#2588EFA Chesapeake, Washington Navy Yard, Building 212, 901 M Street, S.E.,
Washington, DC 20374-5018 C -- CORRECTED SYNOPSIS -- INDEFINITE QUANTITY CONTRACT FOR
MISCELLANEOUS MECHANICAL ENGINEERING SERVICES WITH ASSOCIATED
MULTI-DISCIPLINAL ARCH/ENGR SUPPORT SERVICES, VARIOUS LOCATIONS, EFA
CHESAPEAKE SOL N62477-00-D-0096 DUE 052900 POC Contact Randolph Jones,
POC, 202-685-3152 WEB: EFA Chesapeake Homepage,
http://www.efdlant.navfac.navy.mil/efaches.htm. E-MAIL: Randolph Jones,
Point of Contact, rjones@efaches.navfac.navy.mil. This synopsis
supersedes the following previous Commerce Business Daily (CBD)
synopsis submissions: (1) the original synopsis posted to the CBD on
April 18, 2000; (2) the modified synopsis also posted to the CBD on
April 18, 2000; and (3) the modified synopsis clarification posted to
the CBD on April 21, 2000. The first submission erroneously included
TWO references to a Small Business set-aside contract instead of ONE,
as was desired. The last two submissions tried to correct the error by
giving instructions to delete the second reference to a Small Business
set-aside contract. All this has only served to confuse some
contractors desiring to apply for this contract. This action is
therefore being taken to avoid further confusion and wipe the slate
clean by issuance of this corrected synopsis. The response date has
been changed to May 29, 2000. CORRECTED SYNOPSIS This is a Small
Business set-aside contract. Large businesses will not be considered.
Small business size standard SIC Code is "8711", $4.0 million annual
average over a three year period. The work includes an indefinite
quantity contract for mechanical design and engineering services with
multi-disciplinal architectural and engineering support services
necessary for the preparation of studies and plans, specifications, and
construction cost estimates ready for bidding for various projects at
various locations within the Engineering Field Activity Chesapeake
region -- Washington, DC, VA and MD. Potential mechanical engineering
projects include: piping systems (fuel, natural gas, high temperature
water, domestic water, compressed air, vacuum, exterior above &
underground heat distribution systems, boiler plants and waste
systems-facility and industrial, and related cathodic protection) and
heating, ventilation, and air conditioning systems (administration and
industrial types and related energy management & direct digital
control (DDC) systems). In addition, work may include related security,
communication, power, fire protection, HVAC, lighting systems, general
site improvements, and repair projects. Interior design services may
be required -- familiarity with mandatory sources of procurement, i.e.,
Federal Prison Industries (FPI), GSA schedules, etc. Is required.
Coordination with the National Capital Planning Commission, The
Commission of Fine Arts, and the Maryland National Capital Parks and
Planning Commission may be required. The preparation of comprehensive
storm water management plans for the State of Maryland and the
Commonwealth of Virginia may be required. Although none is now known,
the possibility of hazardous materials, i.e., asbestos, lead paint,
PCB, may exist at the project sites. If hazardous materials are
encountered, the A/E Contractor will be required to conduct hazardous
material removal surveys, including testing and sampling, provide
design removal procedures and prepare construction contract documents
in accordance with applicable rules and regulations pertaining to such
hazardous materials. All hazardous materials licenses and/or
accreditations necessary for the locality of the project sites are
required by the A/E firm or their subcontractors. The general intention
is to provide for such design and engineering services as necessary to
support the procurement of this contract. Services, such as technical
reports and studies, site investigations, programming, concepts,
contract documents -- drawings, specifications and construction cost
estimates, surveys, shop drawings reviews, construction consultation
and inspection, Title II, and preparation of construction record
drawings and O&M manuals, may be required at any time up to the
final acceptance of all work. The selected A/E contractor for this
contract will be required to provide overhead, profit, and discipline
hourly rates initially to the Contracting Officer within 7 days after
receiving notification. The selected firm will also be required to
participate in an orientation and site visit meeting within seven days
of notification and providea fee proposal within 10 days after
receiving the Request for Proposal. This will be a firm fixed price A/E
contract. The total contract amount will not exceed $500,000 for each
year. The duration of the contract will be for the period of one year,
with the possibility of a one-year option. The estimated start date is
July 2000. Selection evaluation criteria, in relative order of
importance are included below. 1.a. Specialized experience and
professional qualifications of the firm (with its subcontractors), and
the proposed project team (the team/office actually accomplishing the
work) in providing complete design and engineering services with
multi-disciplinal architectural/engineering support services for the
requirements as described herein; b. Knowledge and demonstrated
experience in applying sustainability concepts and principles to
facilities and infrastructure problems through an integrated design
approach. 2. Demonstrate capabilities in sustained accomplishment of
work within established time limits for multiple and simultaneous
delivery orders; 3. Past performance and process of the prime A/E firm
(and subcontractors) in the firm's quality control/quality assurance
program to assure coordinated technically accurate studies, plans,
specifications, and construction cost estimates; 4. The firm's and
project team's present workload; 5. Preference will be given to firms
with the demonstrated capability of using CAD, SPECSINTACT, and Means
Cost Estimating Guidelines. Each firm's past performance(s) and
performance ratings will be reviewed during the evaluation process and
can affect the selection outcome. Firms which meet the requirements
listed in this announcement are invited to submit one copy each of the
completed Standard Forms (SF) 254 and 255, U.S. Government
Architect-Engineer Qualifications, to the office indicated below. Site
visits will not be arranged during the advertisement period.
Interested firms are requested to include telefax numbers, the
Contractor Establishment Code (CEC), -- formerly the DUNs number, and
Taxpayer Identification Number (TIN) on the SF 255 and SF 254 in Blocks
3a and 1, respectively. In Block 10, state why your firm is specially
qualified based on the selection evaluation criteria. Also, use Block
10 to provide additional information desired by your firm. Only the SF
254 and SF 255 will be reviewed. Experiences identified 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 EFA CHES throughout the contract
work must be identified as the "Project Manager". Information in the
cover letter and any other attachments will not be included in the
official selection process. Submit the SF 254 and 255 to the mailroom
in the EFA CHES building, Building 212, Washington Navy Yard by 3:30
p.m. on the established due date. Fax copies of the SF 254 and 255 will
not be accepted. This is not a request for proposal. Effective 1
October 1997, A/E contractors are now required to register their firms
in the Central Contractor Registration database prior to receiving a
contract award. This data base provides basic business information,
capabilities, and financial information to the Government and complies
with the Debt Collection Improvement Act of 1996, which requires
Federal agencies to have the Taxpayer Identification Number of every
contractor and to pay every contractor through electronic funds
transfer. A/E contractors will only have to provide this information
once with annual updates or as key company information changes occur.
Registration can be accomplished through the World Wide Web at
http//www.acq.mil/ec; through any DOD Certified Value Added Network; or
a paper may be obtained by calling the DOD Electronic Commerce
Information Center at 1-800-334-3414. Contracting Officer, Naval
Facilities Engineering Command, Engineering Field Activity Chesapeake
(Attn: Code 02AE), Washington Navy Yard, Building 212, 1314 Harwood
Street SE, Washington, DC 20374-5018. Posted 04/25/00 (W-SN448557).
(0116) Loren Data Corp. http://www.ld.com (SYN# 0024 20000427\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|