Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 11,1996 PSA#1548

Indian Head Division, Naval Surface Warfare Center, Building 551, Indian Head, Maryland 20640-5035

C -- UPGRADE STEAM DISTRIBUTION SYSTEM SOL N62477-96-C-3541 DUE 040396. Contact Point, Rhonda Mullendore, 301/743-4402, Sheila Lundstrom, Contracting Officer, 301/743-4403. The work requires all design and engineering services necessary for the preparation of construction contract drawings, specifications, engineering calculations, and cost estimates complete and ready for bidding for a project to upgrade the steam distribution system at Indian Head. The work shall include but not necessarily be limited to the investigation of the efficiency and the capacity of existing above ground steamline and a manifold. The A-E firm will also provide Post Construction Award Services such as as-built drawings preparation, review and approval of shop drawings and submittals, construction site visits, and consultation during construction. If the possibility of asbestos and hazardous materials exists in the area of this project, the contractor will be required to identify them and provide for their disposal in accordance with applicable rules and regulations pertaining to asbestos and hazardous materials as they perform this project. The estimated cost of construction is between $500,000 and $1,000,000. This will be a firm-fixed price A-E contract. The estimated award date of May 1996 and the estimated completion date will be November 1996. Significant selection criteria, in relative order of importance include (1) Specialized experience and qualifications in the following areas: a. Design of utilities, steamlines, and power plants; b. Evaluation/study of existing utilities, steamlines, and power plants; c. Preparation of NAVFAC guide Specifications using SPECSINTACT. (2) Demonstrate the capabilities in the following areas: a. The professional capacity to accomplish the contemplated work within the required time limits; b. The professional qualifications necessary for satisfactory performance of required services, including registration and general reputation of the firm, its principals, subcontractors, and consultants. (3) Provide information regarding the firm's past performance in providing an internal quality control program to assure technically accurate plants, specifications, and construction cost estimates. Indicate the effectiveness of this program by providing the following specific data: a. Track record for providing project costs within established design-to amounts; b. Track record for providing project submission within established performance schedules. (4) Provide information regarding the firm's current status: a. Present firm's workload in respect to the project team availability, including subcontractors; b. Geographical location of the firm and knowledge of the locality of the project. (5) Preference will be given to firms with the capability of using CAD, SPECSINTACT, and Cost Engineering System. Each firms's past performance(s) and performance ratings will be reviewed during the evaluation process and can effect the selection outcome. Architect-Engineering firms which meet the requirements described in this announcement are invited to submit a completed SF 254 (unless already on file) and SF 255, U.S. Government Architect-Engineering Qualifications, to the office shown below. Firms responding by close of business (3 P.M.) on the thirtieth (30th) day from this announcement will be considered and firms having a current SF 254 on file with this office can also be considered. No other general notifications to firms under consideration will be made and no further action is required. This is not a request for fee proposal. See Note 24. (064)

Loren Data Corp. http://www.ld.com (SYN# 0047 19960308\C-0014.SOL)


C - Architect and Engineering Services - Construction Index Page