Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 27,1995 PSA#1498

Contracting Officer, Naval Facilities Engineering Command, Engineering Field Activity Chesapeake (Attn: 02AE), Washington Navy Yard, Bldg. 212, 901 M Street SE, Washington, DC 20374-5018

C -- MAJOR LABORATORY RENOVATIONS AND CONSTRUCTION AT NRL, NAVAL RESEARCH LABORATORY, WASHINGTON, DC SOL N62477-96-D-0036 DUE 012996 POC Randolph Jones, POC, 202-685-3152, KO/Bonnie Clark The work includes an indefinite quantity contract (IDQ) for Architectural and Engineering Services necessary for the preparation of studies, plans and specifications and construction cost estimates ready for bidding for major laboratory renovation and construction projects at the Naval Research Laboratory in Washington, D.C. Typical work will include demolition and renovation of facilities for laboratories, computer rooms, offices and support spaces. These spaces may require RF shielded rooms and SCIF/vault areas. Exterior work may include utilities, site grading, sidewalks, etc. The initial project is the Renovation of Building 60. This project consists of the renovation of 50,000+ square feet of existing space into offices (40%) and light duty laboratory and computer rooms (60%) for the Radar Division Staff. The development of these spaces will require demolition, new construction and/or repairs to the building's layouts, finishes, and HVAC, electrical and plumbing systems. Asbestos is known to be present in the building. The interior partitions will be demountable and will divide the area into individual labs and offices for future space flexibility. The design also requires, but is not limited to, systems furniture design and layout, restoration of the front entrance area, and an antenna pad on the roof. Interior design services are required - familiarity with mandatory sources of procurement, i.e., Federal Prison Industries (FPI), GSA schedules, etc. are required. The preparation of a comprehensive stormwater management and an erosion and sediment control plan for District of Columbia is required. Asbestos is known to exist. 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 accreditation's necessary for the locality ofthe project site are required by the A/E firm or their subcontractor. The general intention is to provide for such design and engineering services as necessary to support the procurement of the various projects. Services, such as technical reports and studies, site investigations, contract documents (drawings, specifications and construction cost estimates), surveys, shop drawings reviews, construction consultation and inspection, and construction record drawings, may be required at any time up to the final acceptance of all work. The selected firm for this contract will be required to participate in the first project's orientation and site visit meeting within seven days of notification and provide a fee proposal within ten days after receiving the Request for Proposal. This will be a firm fixed price A/E contract. The total contract amount for this contract will not exceed $1,000,000 for each year. The duration of the contract will be for one year with the possibility of two one-year options. The estimated start date is March 1996. The estimated cost of construction for the initial project is between $5 and $10 million. Selection evaluation criteria, in relative order of importance are included below. 1. Specialized experience and professional qualifications of the architectural/engineering firm (with its subcontractors), and the proposed project team in the following areas: providing complete architectural/engineering services for the type of projects described herein; 2. Demonstrated 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 an internal quality control/quality assurance (QC/QA) program to assure coordinated technically accurate studies and verification of costs, and accurate plans, specifications, and construction cost estimates; 4. The firm's and project team's present workload; 5. Preferences: a. Preference will be given to firms within a 100 mile radius of Engineering Field Activity, Chesapeake, Washington Navy Yard, provided that application of the criteria leaves an appropriate number of highly qualified firms, give the nature and size of the projects; Preference will be given to firms with the capability of using CAD, SPECSINTACT and the Cost Engineering Systems (CES) for the separate construction contract document requirments. 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 Form (SF) 254 and SF 255, U.S. Government Architect-Engineer Qualifications, to the office indicated below. Site visits will not be arranged during the advertisement period. This proposed contract is being solicited on an unrestricted basis. Should the due date fall on a weekend or an official Government holiday, the SF 255 is due on the first workday thereafter. Firms having a current SF 254 on file with this office may also be considered. Interested firms are requested to include telefax numbers, the Contractor Establishment Code (CEC) and Taxpayer Identification Number (TIN) on the SF 254 and SF 255 in block 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 primary person proposed to be the direct contact with EFA CHES for 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 mail room in EFA CHES building, Building 212, by 3:30pm on the due date. Fax copies of the SF 254 and 255 will not be accepted. This is not a request for proposal. Selected firms may be subject to an advisory audit performed by the Defense Contract Audit Agency. EEO compliance is required. Because this contract acquisition could eventually result in an award over $500,000.00, a subcontracting plan is required by large business concerns. The small disadvantaged set-aside goals in that subcontracting plan shall not be less than 5%. This does not apply if the prime firm is a small business concern. Contracting Officer, Naval Facilities Engineering Command, Engineering Field Activity, Chesapeake, Building 212, 901 M Street SE, Washington, DC 20374-5018. (0356)

Loren Data Corp. http://www.ld.com (SYN# 0010 19951226\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page