Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 17,1996 PSA#1575

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

C -- MISCELLANEOUS REPAIRS TO BUILDINGS 8, 9, & 20, MARINE BARRACKS, 8TH & I STREETS, S.E., WASHINGTON, D.C. SOL N62477-96-C-0088 DUE 052396 POC Randolph Jones, POC/Bonnie Clark, KO, 202-685-3192 17. This is a Small Business set-aside contract. Large businesses will not be considered. Small business size standard SIC Code is ''8711,'' $2.5 million annual average over a three year period. The work requires Architectural and Engineering services necessary for the preparation of studies and plans, specifications, and construction cost estimate ready for bidding for renovations and replacements and correction of various deficiencies at Buildings 8,9, and 20 (BEQ) at the Marine Barracks, Washington, DC. The work includes, but is not limited to, replacing the existing chillers in Buildings 8 and 20 with new chillers designed to use a non-ozone depleting refrigerant; replacing the existing cooling tower in Building 20; removing the existing boilers in Buildings 8 and 20 and replacing with new 600 horsepower boilers interconnected to serve all three (3) buildings; installing the necessary additional interconnecting piping; installing a new boiler feedwater control system; installing a stack monitoring system; replacing the fire alarm systems in Buildings 8, 9, and 20; completely overhauling the BEQ underground parking garage, including repair of the concrete deck, installing a new membrane on the entire Upper Level parking, and repairing the exterior membrane over the parking garage exposed deck/roof. The work also includes correcting miscellaneous other architectural, mechanical, electrical, and structural deficiencies at Buildings 8, 9, and 20. Hazardous material, i.e., asbestos, is known to exist at the project site. 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 accreditations necessary for the locality of the project site are required by the A/E firm or their subcontractor. Such services as studies, review of shop drawings, construction consultation, construction inspection, Title II, and preparation of construction record drawings and Operation and Maintenance (O&M) manuals may be required at any time up to the final acceptance of all work. The general intention is to provide for such design and engineering services as necessary to support the procurement of this project. The selected A/E firm for this project will be required to provide overhead, profit, and discipline hourly rates initially to the Contracting Officer within 7 days after receiving the Request for Proposal. The selected firm will also be required to participate in an orientation and site visit meeting within seven days of notification and provide a fee proposal within 10 days after that meeting. This will be a firm fixed price A/E contract. The estimated design start date is August 1996. The final plans and specifications are required 36 weeks after the project start. The estimated cost of construction is between $3 and $5 million. Selection evaluation criteria, in relative order of importance are included below. 1. Specialized experience and professional qualifications of the architrctural/engineering firm (with its subcontractors), and the proposed project team in providing complete design and engineering services for the project requirements as described herein; 2. Demonstrated capabilities in sustained accomplishment of work within established time limits; 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. Perferences: a. Preference will be given to firms within a 100 mile radius of Engineering Field Activity Chesapeake, Washington Navy Yard and that have a knowledge of the general locality of the project, provided that application of the criterion leaves an appropriate number of highly qualified firms, given the nature and size of the project; b. Preference will be given to firms with the capability of using CAD, SPECSINTACT, and the Cost Engineering Systems (CES). 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 of each of the completed Standard Forms (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. Interested firms are requested to include telefax numbers, the Contractor Establishment Code (CEC), and Taxpayer Identification Number (TIN) on the SF 255 and SF 254 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. Experienced identified in Block 8 should not be more than 5 years old. The A/E firm's primary person proposed to be the direct contact with EFA CHES throughout 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. Fax copies of the SF 254 and 255 will not be accepted. This is not a equest for proposal. Contracting Officer, Naval Facilities Engineering Command, Engineering Field Activity Chesapeake (Attn: Code 02AE), Washington Navy Yard, Building 212, 901 M Street SE, Washington, DC 20374-5018 (0106)

Loren Data Corp. http://www.ld.com (SYN# 0016 19960416\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page