Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2012 FBO #3809
SOLICITATION NOTICE

Z -- Building Evaluation at USMMA - (Draft)

Notice Date
4/27/2012
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), MAR-380, 1200 New Jersey Ave., SE, W28-201, Washington, District of Columbia, 20590
 
ZIP Code
20590
 
Solicitation Number
DTMA-91-R-2012-0014
 
Archive Date
6/14/2012
 
Point of Contact
Donald E. Coonan, Phone: 2023661737, Bruce A. Markman, Phone: 2023661942
 
E-Mail Address
don.coonan@dot.gov, bruce.markman@dot.gov
(don.coonan@dot.gov, bruce.markman@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work (SOW) for Building Evaluation Report (BER) at the United States Merchant Marine Academy in Kings Point New York The United States Maritime Administration has a requirement for a firm fixed price architecture and engineering contract for a Building Evaluation Report (BER) to be conducted on the campus of United States Merchant Marine Academy (USMMA) in Kings Point New York. The BER will be used in support of Repair and Alteration (R&A) projects required to ensure the short-term (through 5 years) operational continuity of the building. Also, to plan for long-term (6 through 20 years), major capital reinvestment in the building for long-term utilization. The vendor will conduct a complete and thorough inspection of multiple and specifically identified buildings that make up the USMMA Campus (exterior and interior), grounds abutting the building, components, and existing building operational support systems for this facility. The Building Evaluation Report (BER) will be complete with building code analysis, cost estimates, schematic plans key plans and photographs that will enable the Government to plan and budget work required to maintain the satisfactory operation and appearance of the buildings The vendor will document all inspections in a web-based Building Evaluation Reporting application software, including identifying deficiencies and providing proposed remedies along with associated methods of implementation and cost estimates of the work. The vendor will enter data into the current version of "VFA Facility" software. Consideration of firms will be limited to those firms who can provide professional Architectural-Engineering (A-E) primarily in the disciplines of architectural, civil, structural, mechanical, electrical, environmental, energy engineering as well as experience in historic preservation. Services under this contract will include, but are not limited to: ■ Life and fire safety systems ■ Handicapped accessibility facilities and requirements ■ Evidence of structural failures ■ Integrity of exterior walls, doors and windows ■ Roofing and waterproofing systems ■ Evidence of leakage from any source ■ Interior finishes, including cyclical painting ■ Ceiling systems ■ Elevators ■ Water Front Structure including sea wall, piers, etc. ■ Campus central utility services including electrical, water and sewer ■ Fire Protection Services ■ Plumbing systems including domestic and potable water piping, plumbing fixtures, rain leaders, drain, waste and vent piping ■ HVAC systems ■ Electrical systems ■ Information Technology System ■ Energy Power System ■ Building Energy Management System ■ All permanently installed furniture, fixtures and equipment. ■ Special use areas such as, but not limited to, blind stands, snack bars, laboratories, computer facilities, and the like ■ Food services facilities functional and physical conditions, but not food service equipment ■ Hazardous conditions, including materials encountered suspected of containing asbestos, and or lead, which must be abated in order to perform work recommended in this report, including a survey of the building's to identify all asbestos containing materials present, including any and all required recommendations toward compliance with current regulations ■ Abutting grounds, approaches, parking areas and other site features. In consultation with MARAD, vendor must comply with Section 106 of the National Historic Preservation Act of 1966 ( NHPA) and its implementing regulations, 36 CFR Part 800. The Requirement Template that is included shall be used. Firms meeting the above requirements and desiring consideration must submit one (1) original and three (3) copies of the Standard Form (SF) 330 with appropriate data. SF-33s must be submitted for all proposed subcontractors or consultants in one (1) original and three (3) copies each. SELECTION CRITERIA: 1. Professional qualifications necessary for performance of required services; 2. Specialized experience and technical competence of the A/E firm with similar type projects; 3. Past performance on contracts with government agencies; 4. Location of the A/E firm; 5. Qualifications of key personnel. Professional qualifications The vendor will provide an assessment team of experienced professional engineers and registered architects licensed in the state of New York. Each team member other than the fire protection engineer shall have a minimum of 15 years experience in the building industry with a college degree in engineering architecture or related field. The team shall also have 5 years experience in providing property condition assessments. The Fire Protection Engineer shall also be licensed by the state of New York and possess a B.S. degree in fire protection engineering or mechanical engineering with at least 5 consecutive years experience in fire protection engineering work within the last 10 years. See Statement of Work (SOW) for additional qualifications. This Solicitation is unrestricted; however, Small businesses are encouraged to participate. Offeror must provide information to DOT to ensure that small business subcontracting opportunities are being considered. 52.232-18 Availability of Funds. As prescribed in 32.705-1(a), insert the following clause: Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/HQOA/DTMA-91-R-2012-0014/listing.html)
 
Place of Performance
Address: United States Merchant Marine Academy, 300 Steamboat Rd., Kings Point, New York, 11024, United States
Zip Code: 11024
 
Record
SN02733215-W 20120429/120427235029-2d7f961c3b51102f8750a10fdf70650e (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.