|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 6,1997 PSA#1755Portsmouth Naval Shipyard, Facilities and Maintenance Department, Bldg.
237, Code 914VC, Portsmouth, NH 03804-5000 C -- ENGINEERING SERVICES FOR DRYDOCKS AND BRIDGES!! SOL
N62472-97-D-6516 POC Point of Contact-Vivian A. Carignan, Contract
Specialist, (207)438-5549 E-MAIL: Contract Specialist, C914, x 5549,
vac_c910@ports.navy.mil. Scope of Services: Architectural and
engineering services at the Portsmouth Naval Shipyard, Kittery, ME for
an indefinite quantity contract for the preparation of contract
drawings, specifications prepared using the SPECSINTACT system, design
analyses, cost estimates, and AutoCAD compatible disks. Post
construction award options such as shop drawing review/approval,
consultation during construction and Title II inspection may be
included. There will be no dollar limit per project. The total fee that
may be paid under this contract (including the option year) will not
exceed $500,000. The duration of this contract will be for one year
from the date of the initial contract award with an option for one
additional one-year period which may be exercised at the discretion of
the Government subject to workload and/or satisfaction of A/E
performance under the subject contract. Asbestos/lead paint may be
encountered during design of all projects under this contract. The
Government will perform all sampling and testing of these materials and
provide all technical specifications required. The A/E shall identify
these areas on contract drawings, quantify the removals required, and
retain the services of an Industrial Hygienist if necessary to assist
in the preparation of cost estimates. Initial Project: Provide
mechanical and structural engineering services for the preparation of
contract drawings, specifications using the SPECSINTACT system, design
analysis, cost estimates, and AutoCAD compatible disks. Repairs will
include overhaul of Drydock No. 3 main dewatering systems; two main
dewatering pumps (single stage vertical mixed flow with capacity
between 21,000-35,000 GPM at 40'-10' of total dynamic head
respectively); two 350 HP, 480V, 3 Phase motors; two 36" gate valves
(cast iron and electrically activated); and two 36" check valves (swing
type and hydraulically dampened). Design support services will include
civil, electrical, and potentially architectural work along with
diving services. SF254/255 package must clearly address all design
support services. This initial project will be the guaranteed minimum
for this contract. Follow-on design projects, which may be added to the
contract for a period of one year from the date of award, may include
similar work along with repairs to Bridges #1 and #2 which may include
both steel superstructure and underwater support structure. Bridge #1,
built in 1913, is a riveted steel through girder structure carrying
both railway and highway traffic. It is composed of four individual
spans of approximately 73' in length, each span consisting of three
riveted girders connected by floor beams with stringers framing between
floor beams. This bridge carries vehicular traffic only over one side
and both vehicular and railroad traffic over the opposite side. Decks
are open steel grating. Distance between mean high water and bridge
deck is approximately 10 feet. Bridge #2, built in 1942, is a two span,
riveted continuous girder bridge of varying section with floor beams
and stringers, supported by one central pier and two abutments. It is
200' long (two equal 100' spans) with two bituminous surfaced
reinforced concrete vehicular traffic lanes. Distance between mean high
water and bridge deck is approximately 11 feet at abutments and 15 feet
at mid span of bridge. Significant Evaluation Factors (in order of
importance): (a) qualifications and recent experience of people with
respect to graving dock repairs and upgrades with specific experience
related to high volume pumping systems and bridge rehabilitation work,
(b) past performance with respect to quality of work and compliance
with performance schedules and cost constraints, (c) location of the
firm in the general geographical area of the project and knowledge of
the locality, (d) past experience, if any, with respect to performance
on Department of Defense contracts, (e) present workload and ability
to accomplish work within the required time frame, and (f) volume of
work awarded by the Department of Defense within the last 12 months.
Contract No.: N62472-96-D-6516 (number must be cited on SF 255) Type of
Contract: Firm Fixed Price. Estimated Start Date: Nov 1997. Estimated
Completion Date: Nov 1998. Estimated Cost of Construction: $50,000 --
$2,000,000 Per Project. A/E firms which meet the requirements described
in this announcement are invited to submit complete, updated SF 254 and
SF 255 forms. Submit one copy of each form no later than 26 February
1997. No material will be returned. Clearly show qualifications,
relative experience, and office location of the Project Manager and key
individuals who will be assigned to this contract, including those who
will be providing design support services. If the Government Board
cannot clearly identify the key individuals who will be assigned to
this contract, the firm will not be short listed. Specifically address
each significant evaluation factor listed above. This is not a request
for proposal. See Note 24. (0002) Loren Data Corp. http://www.ld.com (SYN# 0017 19970106\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|