COMMERCE BUSINESS DAILY ISSUE OF JULY 27, 2001 PSA #2902
SOLICITATIONS
C -- ARCHITECT AND ENGINEERING SERVICES -- CONSTRUCTION -- POTENTIAL SOURCES SOUGHT
- Notice Date
- July 25, 2001
- Contracting Office
- Northern Division Naval Facilities Engineering Command, 10 Industrial Highway, Mail Stop #82, Lester, PA 19113-2090
- ZIP Code
- 19113-2090
- Solicitation Number
- N62472-01-D-1400/1401
- Response Due
- August 30, 2001
- Point of Contact
- Tina Phillips, Contract Specialist 610-595-0643
- E-Mail Address
- Click here to contact the Contract Specialist via (phillipsms@efane.navfac.navy.mil)
- Description
- Engineering and design services for two indefinite quantity contract for mechanical / electrical / utilities / fire protection services. The preponderance of work under these contracts is anticipated to occur within the Engineering Field Activity, Northeast, Naval Facilities Engineering Command's area of responsibility including the states of Maine, Vermont, New Hampshire, Massachusetts, Connecticut, New York, New Jersey, Pennsylvania, Rhode Island and Delaware. Work could also be added to either contract in the area of responsibility of Atlantic Division, Naval Facilities Engineering Command in the states of Virginia, North Carolina and West Virginia, as well as the Caribbean, the Azores, Iceland, Europe (including Engineering Field Activity, Mediterranean areas). Also, work could be added in the area of responsibility of Engineering Field Activity, Chesapeake including the District of Columbia and the state of Maryland. Additionally, an order could be issued for any Government facility in the world. Contract N62472-01-D-1400 will be used primarily for work in the states of New York, New Jersey, Pennsylvania, and Delaware. Contract N62472-01-D-1401 will be used primarily for work in the states of Maine, Vermont, New Hampshire, Massachusetts, Connecticut, and Rhode Island. DESCRIPTION: Engineering Services for the study and design of new construction, repair, alteration and improvement for: (1) Boiler plants, boiler auxiliaries, water treatment, cogeneration, chillers, cooling towers, pumps, controls and utilities distribution systems including steam and condensate, hot water, chilled water, compressed air, fuel oil, gas, electrical, and incidental water/sanitary/storm, fuel storage, purification, monitoring and transfer systems; (2) Heating, ventilation and air conditioning (HVAC) systems design and calculation, including analysis of alternatives on life cycle cost basis; design of energy efficient systems and buildings and energy budget analysis; HVAC Control Systems including Direct Digital Control (DDC) central and distributed; HVAC Commissioning design and construction phases; (3) Analysis of HVAC and other systems and equipment problems, including site investigation, analysis and report, recommendations and cost estimates; (4) Industrial Ventilation systems; (5) High voltage distribution systems including switchgear, pole lines, underground distribution, power transformers and pad-mounted transformers; (6) Interior building systems such as lighting, power, communication systems and plumbing; (7) Load, voltage drop, short circuit and lighting calculations; (8) Telephone (data and voice) and physical security systems; (9) Lightning and cathodic protection systems; (10) Fire alarm detection, reporting, suppression and extinguishing systems, fire pumps, mains, hydrants, water supplies and standpipe systems; smoke control systems; fire extinguishers; fire rated building construction including walls, floors, roofs, windows, doors and protection of structural members; life safety features including occupancy, occupant load, exits, exit access and discharge, interior finish, exit marking and emergency lighting and related work; determining appropriate occupancy classification, type of construction, height and area limitations, building separation, and exposure protection in accordance with applicable building codes and criteria; and preparation of a comprehensive fire protection engineering analysis for each project; (11) associated architectural, civil and structural engineering and, in emergency situations, unassociated services of this type. The following services may also be required: facility planning which includes project programming documents (1391 development), development of requirements, preparation of engineering evaluations, project scope, and unit guidance or parametric cost estimating, development of alternatives and economic analysis; analysis of proposed sites for foundations, utilities, access, constraints and identification of environmental issues; Design-Bid-Build packages, Design-Build Request for Proposal packages, government collateral equipment lists, project preliminary hazard analysis, obtaining permits and regulatory approvals, review of the contractor's submittals, field consultation and inspection during construction, Title II Inspection, Operation and Maintenance Support Information (OMSI), and as-built drawing preparation. The initial project will be determined at a later date. The Naval Facilities Engineering Command is presently using Design-Build as the preferred method for acquiring capital improvements. Though Design-Bid-Build methodologies (with the preparation of 100% Plans and Specifications) will continue to be utilized, a significant number will likely require preparation of Requests for Proposal packages for Design-Build solicitations using abbreviated (0% -- 30%) design documentation. Packages would include elements of site/engineering investigation, architectural programming, and function/performance specifications. Phases and/or pre-priced contract options may be included and will be exercised at the discretion of the government for 0 35%, 35 100% design, and post construction contract award services. Contract award is contingent on availability of funds. Options are normally exercised within several months of completing prior work; however, delays of up to one year are possible. Some projects will require design in the metric system. As part of this contract, an asbestos and/or lead-based paint assessment may be required to determine the presence of hazardous material during removals/demolition or at utility points of connections. Firms must be able to accept work that involves asbestos, lead paint, PCB's, and other hazardous materials. Work will be prepared utilizing AutoCAD Release 14 or higher or Microstation Version 95 or higher depending on the location of the specific project. Specifications will be prepared using SPECINSTACT SGML program, and cost estimates using the "Success" estimating program in a Work Breakdown Structures (WBS) system format will be utilized. Selected firm will be required to provide documents in pdf format for posting to a Government web site during solicitation. Firms are advised that the selected firm, its subsidiaries or affiliates which design or prepare specifications for a construction contract cannot provide the construction services for the same contract. This includes concept design, which includes preparation of project programming documents (DD1391), facility siting studies, environmental assessments, or request for proposals for Design-Build projects, or other activities that result in identification of project scope and cost. The contract requires that the selected firm have on-line access to email via the Internet for exchange of correspondence/information. SIGNIFICANT EVALUATION FACTORS (in order of importance): 1. SPECIALIZED EXPERIENCE. Recent experience (within the past five years) of the design team members individually and collectively as a total team (A/E, client, outside agencies) in the type of work required or evidence of similar relevant experience (as described above) and in: a) Designing and providing construction documents for various mechanical, electrical, utilities and fire protection projects, including facilities, utility plants and distribution systems, and site improvements, b) Specialized experience for at least five DDC (direct digital control) projects greater than 10,000 SF conditioned space constructed within the past five years, Participation in HVAC Commissioning on at least two projects greater than $1 million total construction cost within the past five years. (provide references) c) Analysis of HVAC system problems, including controls. d) Performing facility planning studies which includes 1391 development, developing of requirements, preparing engineering evaluations, project scope, and unit guidance or parametric cost estimating. Project development will include development of alternatives and economic analysis, analysis of proposed sites for foundations, utilities, access, constraints and identification of environmental issues. e) Designing projects to Navy, Air Force or other DOD agencies criteria, f) On-site functional analysis and on-site schematics, space programming and budgetary or parametric cost engineering, g) Designs using AutoCAD, SPECSINTACT, and NAVFAC cost estimating, and, h) Evidence of prior experience or of the skills needed in the preparation of design/build RFP packages. i) Evidence of experience of both the firm and key personnel in and knowledge of the federal acquisition process. 2. PROFESSIONAL QUALIFICATIONS: Technical competence by discipline (education, registration and experience) of individual design team members. At a minimum, professional registration is required of one individual in each of the specified disciplines. The team shall include, in addition to the more traditional disciplines, an engineer registered in the discipline of fire protection engineering or a related engineering discipline and include 5 complete years of full time experience dedicated to fire protection engineering since 1994, a registered communications distribution designer (this is a new professional registration). 3. CAPACITY: a) Capacity of the firm and project teams to accomplish multiple, large, and small projects simultaneously, and b) Ability to sustain the loss of key personnel while accomplishing work within required time limits. 4. PAST PERFORMANCE: Past performance ratings by government agencies and private industry with respect to work quality, performance, compliance with schedules and cost control. 5. QUALITY CONTROL PROGRAM OF THE FIRM TO ENSURE TECHNICAL ACCURACY OF SUBMITTALS. Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and coordination of environmental, planning, and engineering services. 6. LOCATION: a) Location in the general geographical area of the anticipated projects, b) Knowledge of local site conditions and applicable regulatory requirements, and c) Ability of the firm to ensure timely response to requests for on site support. 7. SUSTAINABLE DESIGN: Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility designs. 8. SUBCONTRACTOR UTILIZATION: Use of small business, small disadvantaged business, women owned small business, historically black colleges and minority institutions, used as primary consultants or subconsultants. Note: A preliminary small business subcontracting plan will be required if a slated firm is a large business concern prior to being interviewed. Current Naval Facilities Engineering Command small business subcontracting goals measured as a percentage of total subcontracting are as follows: small business 65%, small disadvantaged business 12%, women owned small business 5%, service-disabled veteran owned small business 3%, and Hubzone small business 2%. Large Business Firms shall submit their Navy-wide SF 295 (Standard Form 295, Summary Subcontract Report) with their Standard Form 255. 9. VOLUME: Volume of work previously awarded to the firm by the Department of Defense within the past twelve months. Type of Contract: Indefinite Quantity Contract/Firm Fixed Price Task Order Estimated Start Date: October 2001 There will be no dollar limit per project. The total fee that may be paid under this contract (including the option years) will not exceed $5,000,000 for the entire contract term. The duration of this contract will be for one year from the date of an initial contract award with an option for four additional one-year periods. The minimum guarantee for the entire contract term (including option years) will be satisfied by award of the initial project. The options may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government subject to workload and/or satisfaction of A/E performance under the subject contract. The NAICS Code is 541330 and the small business size standard classification is $4,000,000. THE PROPOSED CONTRACT IS BEING SOLICITED ON AN UNRESTRICTED BASIS, THEREFORE REPLIES TO THIS NOTICE ARE REQUESTED FROM ALL BUSINESS CONCERNS. All contractors are advised that registration in the DOD Central Contractor Registration (CCR) Database is required prior to award of a contract. Failure to be registered in the DOD CCR Database may render your firm ineligible for award. All firms are encouraged to register as soon as possible. Information regarding this registration may be obtained by accessing Northern Division's web site at http://www.efane.navfac.navy.mil or through the point of contact identified for this procurement. A/E firms, which meet the requirements described in this announcement, are invited to submit completed Standard Forms 254 and 255 to the office shown above. Standard Forms 254, 255, and 295 may be downloaded from the following GSA web site: http://www.gsa.gov/forms Block 10 of the Standard Form 255 will include the following: (1) Summary of how the firm meets the stated evaluation criteria for this contract; (2) Matrix documenting proposed team members specialized experience relevant to the subject contract (IN LEFT HAND COLUMN SHOW: Relevant projects (use number of project assigned in Block 8 of Standard Form 255). ACROSS TOP ROW OF MATRIX SHOW: Role of team member (include consultants) on relevant project i.e., Project Manager, Project Engineer, Architect, etc ); (3) Copies of performance evaluations and/or letters of commendations (as attachments) for office making this submission; (4) List of relevant projects and date design completion scheduled, date design completed, and final cost estimate compared to the contract award amount. Firms must also indicate if they are a subsidiary, and if so, must state if they are normally subject to management decisions, bookkeeping, and policies of their holding or parent company. Also indicate if firm is an incorporating subsidiary that operates under a firm name different from the parent company. The qualification statement should clearly indicate the office location where the work will be performed and the qualifications of the individuals anticipated to work on the contract and their geographical location. SELECTION INTERVIEW REQUIREMENTS: At the selection interview, the A/E firms slated for interviews must submit a listing of present name and telephone numbers of officers at their financial institutions, and performance references, in addition to a preliminary subcontracting plan, if they are a large business firm. Firms having a current SF 254 on file with this office and those responding to the announcement by submitting the required forms in hard copy by 4:00 p.m. EST on August 30, 2001 will be considered. NOTE: PLEASE SUBMIT ONE RESPONSE FOR EACH CONTRACT. All hand carried submittals must be deposited in the bid box which is located in the lobby at the above given address prior to the time and date specified. Access to the bid box is only on working days between the hours of 8:00 a.m. and 4:00 p.m., eastern standard/daylight time. Place label on the outermost envelope in which your submittal is delivered stating "SUBMITTAL ENCLOSED", "CONTRACT NUMBER N62472-01-D-****" AND "DATE DUE ****." Facsimile responses and e-mail responses will not be accepted. Late responses will be handled in accordance with FAR 52.214-7, Late Submissions, Modifications, and Withdrawals of Bids. No material will be returned. Firms responding to this advertisement are requested to submit only ONE COPY FOR EACH CONTRACT of qualification statements. Respondents may supplement this proposal with graphic material and photographs that best demonstrate capabilities of the team proposed by the project. THIS IS NOT A REQUEST FOR A PROPOSAL.
- Record
- Loren Data Corp. 20010727/CSOL005.HTM (W-206 SN50S8U9)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on July 25, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|