Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2007 FBO #2116
SPECIAL NOTICE

C -- Design Office Space within Existing Warehouse

Notice Date
9/10/2007
 
Notice Type
Special Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), SAR Acquisition, Office of Acquisition, MRG-7200 7737 Hampton Boulevard, Building 4D, Room 21, Norfolk, VA, 23505, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
DTMA2C08002
 
Response Due
10/2/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Department of Transportation, Maritime Administration (MARAD) is seeking professional architect-engineering (A/E) services in accordance with Public Law 92-582 (Brooks Act) and FAR Part 36 to develop preliminary space utilization concepts for conversion of a portion of an 80,000 SF warehouse to accommodate approximately 20 to 25 offices. The warehouse is located on the Poland Avenue Wharf, New Orleans, LA and has just received new roofing and siding. In addition to office space, the design shall include mail room, printer/copier stations, a 4 workstation operations center, computer server room, rest rooms and janitor closet. Space requirements are expected to total not more than 5,000 SF. Planning shall include all necessary mechanical systems, HVAC, fire protection, electrical and telecommunications systems, and standby emergency power capability consistent with guidelines found in Code of Federal Regulations 102-79 ? Assignment and Utilization of Space. Firms must be capable of producing the design documents on AutoCAD release 2000 or higher. Specifications shall be provided in CSI format and be MS-Word compatible. It is anticipated that Phase I ? Site Evaluation/Conceptual Design will start in October 2007, and Phase II ? Detailed Design Services will be completed by January 2008 with construction completed by May 2008. When responding to this announcement, firms should fully address their capability and qualifications with regard to each of the evaluation criteria factors specified below. Firms should submit their complete qualifications as they may be evaluated solely on their written responses to this announcement. Firms interested in submitting their qualifications for this procurement must submit a Standard Form (SF) 330, Architect-Engineer Qualifications Form (Parts I and II) with supplement forms as necessary. (These forms may be obtained at http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF. Qualifications submitted on a SF-330 will be reviewed and evaluated to identify the most highly qualified firms. Firms must fully address their capability and qualifications relative to each of the four evaluation factors listed below to be considered by the source selection board. Oral interviews may be held at the discretion of the Government. Evaluation Factors: 1. Qualifications of Assigned Project Personnel, which considers design capability, project management skills, and construction administration capability with particular emphasis on qualifications in small and medium space renovations/alterations within existing structures of the type described herein. (Weight Factor: 35%.) 2. Past Performance: Past performance with government and private industry contracts on projects related to small and medium office space conversions; past performance on contracts with federal government entities and private industry. Includes quality of work; compliance with schedules; and providing solutions within specified budget and design parameters. (Weight Factor: 30%) 3. Location of Office(s) of Firm and Consultants: Firm?s accessibility to downtown New Orleans with regard to travel time and communication ability between the firm and its consultants, and proximity of the firms and consultants offices to the project?s location. (Weight Factor: 25%) 4. Capacity: Firm?s capacity to accomplish the work in the required time; overall project management methodology; Quality Assurance/Quality Control (QA/QC) procedures to ensure work (studies, plans, and specifications, etc) are complete and accurate, including coordination between disciplines; and method firm uses to ensure applicable codes and standards are met in the design. (Weight Factor: 10%). MANDATORY REGISTRATION REQUIREMENT: Federal Acquisition Regulation (FAR) 52.204-7, Central Contractor Registration: Any and all firms or persons wishing to respond to this announcement must be registered in the Central Contractor Registration (CCR) database which is the primary Government repository for Contractor information required for the conduct of business with the Government. Offerors and Contractors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423, or 269-961-5757. Submittal Requirements: Electronic submissions are preferred with the qualification package being prepared in MS Word 2003 and/or provide as a PDF document viewable using Adobe Acrobat Reader. OFFERORS MUST FULLY RESPOND TO REQUIREMENTS AND FULLY ADDRESS THE EVALUATION FACTORS TO BE CONSIDERED. THERE ARE NO OTHER DOCUMENTS AVAILABLE. Qualification packages are to be sent to Mr. Glen Spears, Chief of Contracting Office, U.S. Maritime Administration, email Glen.Spears@dot.gov. All qualifications packages must be received by the Contracting Officer by not later than 12:00 p.m. (Eastern Time) on October 02, 2007.
 
Place of Performance
Address: 66 Poland St Wharf, New Orleans, LA
Zip Code: 70117
Country: UNITED STATES
 
Record
SN01400739-W 20070912/070910220451 (fbodaily.com)
 
Source
FedBizOpps 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.