|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 14,1996 PSA#1531Contracting Officer, ROICC Annapolis, 181 Wainwright Road, U.S. Naval
Academy, Annapolis, Maryland 21402-5013 C -- INDEFINITE QUANTITY CONTRACT FOR RENOVATION PROGRAM PLANNING
EFFORT, U.S. NAVAL ACADEMY, ANNAPOLIS, MD Sol N62477-96-R-0567.
Contact: (410) 293-3163. This work requires Planning, Architectural
Design and Engineering Services necessary to support the U.S. Naval
Academy's ongoing renovation program. The U.S. Naval Academy is
undertaking a systematic facilities renovation program, which spans
over a decade, and touches on all aspects of life at the Academy.
Successful execution of the program is contingent on tight scheduling,
unambiguous planning, and clearly defined repair and construction
scopes. The scope of work spans the distance from master planning, to
design, providing the precise development of repair scopes,
architectural programs, interim facility requirements, funding
requirements, scheduling and sequencing in advance of the design
effort. Tasks anticipated include master planning, facility condition
assessment (including all, cost estimating, scheduling, architectural
programming, and interim facility planning). Facilities include
academic buildings, including significant laboratories, administrative
facilities, lodging, and ceremonial spaces. Facilities are located
within a national historic district. The contract duration will be for
a period of one year with four one year options. If exercised, the A/E
will receive official notice at least 60 days prior to the end of the
first year. Each project will be a firm fixed price A/E contract.
Subject to necessary charges, the total contract amount will not exceed
$1,000,000.00 for the duration of the contract. Selection criteria, in
relative order of importance, are included below. See Note 24 for
standard criteria. (1) Specialized experience and technical competence
in the type of work required, utilizing in-house personnel and CAD
systems; (2) Firms not having in-house capability must demonstrate how
they will manage subcontractors and insure quality control; (3)
Capability of the firm to accomplish the work within the required time,
considering such factors as loss of key personnel and volume of other
work, i.e., multiple (simultaneous) deliver orders within the required
time limits; firms should provide information regarding current
workload status with respect to the project team's availability
(including subcontractors); (4) Proximity of the firm within the
Baltimore-Washington D.C. metropolitan area; (5) Past performance and
performance evaluations will be reviewed during the evaluation process
and can affect the selection outcome. Architect-Engineer firms which
meet the requirements listed in this announcement are invited to submit
one copy each of the completed Standard Form 254 and 255, U.S.
Government Qualifications, to the office indicated below. Only SF254
and SF255 will be used for evaluation. Do not send company brochures or
promotional material. Personal visits for the purpose of discussing the
project are discouraged and site visits will not be arranged. Only
firms responding to this announcement by the close of business on the
30th day from the CBD publication date (including the CBD publication
date) will be considered. Should the due date fall on a weekend or an
official Government holiday, the SF254 and SF255 are due on the first
workday thereafter. Interested firms are requested to include telefax
numbers on the SF254 and SF255. This is not a request for proposal. SIC
Code 8711 applies. Contracting Officer, ROICC Annapolis, 181 Wainwright
Road U.S. Naval Academy, Annapolis, MD 21402-5013. (039) Loren Data Corp. http://www.ld.com (SYN# 0023 19960213\C-0010.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|