Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 28,1996 PSA#1668

Commanding 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 -- TWO IDQ CONTRACTS FOR MISCELLANEOUS ARCHITECTURAL DESIGN WITH ASSOCIATED MULTI-DISCIPLINAL ENGINEERING SUPPORT SERVICES, VARIOUS LOCATIONS, EFA CHESNAVFACENGCOM SOL N62477-96-D-0147 and N62477-96-D-0148 DUE 093096 POC Contact Randolph Jones, POC, 202-685-3152 These are Small Business set-aside contracts. 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 includes two indefinite quantity contracts for Architectural and Engineering services necessary for the preparation of studies and plans, specifications, and construction cost estimates ready for bidding for various projects at various locations in the Engineering Field Activity (EFA) Chesapeake region - Washington, DC, VA and MD. Two firms will be selected, each firm to perform one contract. The type of work primarily includes repairs, renovations, alterations and new construction of the following type of structures: single or multi-story, masonry, concrete, steel, wood and pre-engineered. Projects may include, but not be limited to, all or part of the following: roofing systems, flooring systems, ceiling systems, interior and exterior partitions, rest room and shower facilities, millwork, office systems, signs, interior and exterior finishes, windows, doors, skylights, insulation, vertical transportation (stairs, elevators and ramps), building demolition, and pest damage analyses. In addition, work may include related security, communication, power, fire protection, HVAC, lighting systems, and general site improvements. Interior design services may be required - familiarity with mandatory sources of procurement, i.e. Federal Prison Industries (FPI), GSA schedules, etc. is required. Coordination with the National Capital Planning Commission, The Commission of Fine Arts, and the Maryland National Capital Parks and Planning Commission may be required. The preparation of comprehensive storm water management plans for the State of Maryland, the District of Columbia, and the Commonwealth of Virginia may be required. Although none is now known, the possibility of hazardous materials, i.e. asbestos, lead paint, PCB, may exist at the project sites. If hazardous materials are encountered, the A/E Contractors 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 potential project sites are required by the A/E firms or their subcontractors. The general intention is to provide for such design and engineering services as necessary to support the procurement of these contracts. Services, such as technical reports and studies, site investigations, programming, concepts, contract documents - drawings, specifications and construction cost estimates, surveys, shop drawings reviews, construction consultation and inspection, Title II, and preparation of construction record drawings and O&M manuals, may be required at any time up to the final acceptance of all work. Each selected A/E contractor for each contract will be required to provide overhead, profit, and discipline hourly rates initially to the Contracting Officer within 7 days after receiving notification. Each 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 receiving the Request for Proposal. These will be firm fixed price A/E contracts. The total contract amount for each contract will not exceed $750,000 for each year. The duration of each contract will be for the period of one year, with the possibility of a one-year option. The estimated start date is December, 1996. Selection evaluation criteria, in relative order of importance are included below. 1. Specialized experience and professional qualifications of the firm and the proposed project team in providing complete architectural services with multi-disciplinal engineering support services for the requirements as described herein; 2. Demonstrate 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 the firm's quality control/quality assurance program to assure coordinated technically accurate studies, 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 criterion leaves an appropriate number of highly qualified firms, given the nature and size of the projects; 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 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. Experiences identified in Block 8 of the SF 255 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 shall not be included in the official selection process.Submit the SF 254 and 255 to the mailroom in the EFA CHES building, Building 212, Washington Navy Yard by 3:30 p.m. on the established due date. Fax copies of the SF 254 and 255 will not be accepted. This is not a request 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. (0239)

Loren Data Corp. http://www.ld.com (SYN# 0015 19960827\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page