Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2002 FBO #0150
SOLICITATION NOTICE

C -- Architect and Engineering Services

Notice Date
4/29/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, DC, 20375
 
ZIP Code
20375
 
Solicitation Number
N00173-02-R-MM06
 
Response Due
6/3/2002
 
Archive Date
4/29/2003
 
Point of Contact
Marita Thompson, Contract Specialist, Phone 202-767-0666, Fax 202-767-6197, - Carol Parnell, Contracting Officer, Phone 202-767-2372, Fax 202-767-6197,
 
E-Mail Address
thompson@contracts.nrl.navy.mil, parnell@contracts.nrl.navy.mil
 
Description
The Naval Research Laboratory anticipates awarding one Indefinite Delivery Indefinite Quantity (IDIQ) type contract for architectural and engineering services. The award is expected to be made within four months. It is estimated that the maximum total fees of orders to be placed under either contract will not exceed $500,000. The minimum value the Government will be required to order will be $25,000. No single order will have a fee in excess of $300,000. The contractor shall provide multi-disciplined design work with an emphasis on the mechanical and electrical engineering disciplines. Design skills must be shown for the following building types: office buildings, industrial warehouses, and general laboratory space. Typical architectural and engineering support may include the following types of efforts: (a) renovation and replacement of HVAC systems, re-design of water systems (internal to the building), installation and extension of sprinkler systems, installation of restrooms, and installation and retrofitting of elevators in existing buildings; (b) modification of electrical systems and upgrading existing building power distribution systems; (c) studies relating to code research, space planning, cost analysis, structural analysis and architectural evaluation; (d) architectural and structural support services, which may include additions and/or significant renovation of existing spaces or buildings; (e) demolition of buildings including removal of hazardous materials and assessment of environment concerns. Asbestos and lead are know to be present, therefore the A&E firm shall identify and provide a design which will accommodate the disposal of these materials in the construction plans and specifications in accordance with applicable rules and regulations. The first order to be placed under the prospective contract will be for a design to replace the current HVAC system in approximately 16,000 square feet of Building 71 located at the NRL. The design will provide new chillers, hot water system, air handling units and ductwork. The work will be phased to minimize the disruption to the occupants of the space (these occupants will not be moved for the replacement of the air conditioning system). Access to all mechanical equipment will be provided. Remediation of hazards will be required. Firms responding to this announcement must do so in accordance with the requirements set forth in Note 24 and the evaluation criteria listed at FAR 36.602-1 and DFARS 236.602-1. More Specifically, the evaluation criteria are as follows, listed in descending order of importance: (1) Provide specialized experience and technical competence in the type of work required, with significant emphasis on Architectural, Civil, Mechanical, Electrical disciplines, and Elevators. This proof of specialized experience and technical competence must include, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. The A&E firm must indicate past experience by citing examples of the work required. Responding A/E firms must address the potential project. (2) Provide professional qualifications of personnel and proposed subcontractors for the project. Examples must be provided for similar projects performed by the proposed team and the duties performed by each of the team members. If the proposed team has not worked together before, the firm must provide experience of the individuals with their proven ability to work in a diverse team environment. (3) Provide evidence of the firm's, as well as, the entire team's capacity to accomplish the work within the required time limits (usually nine weeks for the average projects plus Government review time). It is important to demonstrate the firms ability to manage a number of projects at one time, such as would be required in an IDIQ type contract environment. (4) Give past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Demonstrating this should include things such as letters of commendation/appreciation, a list of contracts, preferably IDIQ type contracts with multiple orders, the points of contact and phone numbers for references. (5) Location in the general geographic area of the project, provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; be sure to include subcontractors, if proposed. (6) Provide the volume of work previously awarded to the firm by the Department of Defense (for the last twelve months). Those firms that meet the requirements described in this announcement, and wish to be considered, must respond no later than 4 p.m. on the response date. The potential contract addressed herein will be awarded under full and open competition. It is anticipated that the IDIQ type contract to be awarded as a result of this synopsis will have a 24 month period of performance from the date the contract is awarded. This is not a request for proposal. All interested parties must send copies of SF-252s and SF-254s to Contracting Officer, ATTN: Code 3230.MM.
 
Place of Performance
Address: Naval Research Laboratory, Washington, D.C.
 
Record
SN00068254-W 20020501/020429213422 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.