|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 21,1998 PSA#2015Naval Research Laboratory, Attn: Code 3230, 4555 Overlook Avenue, SW,
Washington, DC 20375-5326 C -- REPLACE ROOF, BUILDING 208, AT THE NAVAL RESEARCH LABORATORY SOL
N00173-98-R-MN09 POC Contact, Contract Specialist, Michelle Nicholl,
Contracting Officer, Carol Parnell, (202) 767-4597 The Naval Research
Laboratory has a requirement for architectural and engineering services
necessary to Replace Roof, Building #208, at the Naval Research
Laboratory, Washington, D.C. Award is anticipated to be made in March
1998. The period of performance of this contract will be 18 weeks from
date of contract award. The work includes, but is not limited to,
providing a design to include plans, specifications, cost estimates,
and calculations necessary for a construction contract to replace the
roof on building #208 at the Naval Research Laboratory. The project
shall include demolition, alteration, new construction, and/or repair
of the building's roofing system. The existing built-up roof on
building 208 is suspected of containing asbestos material. Construction
will occur while the building remains occupied and operational. The
design shall include, but is not limited to, removing approx. 36,000
sq. ft. of existing built-up roofing, walk boards, insulation, roof
bents, base and cap flashing, and allroof appurtenances. Existing HVAC
equipment, plumbing vents, metal grate walkway, railing, and other
equipment shall remain. Provide approx. 36,000 sq. ft. of new built-up
roofing, including a new roofing membrane, insulation, roof bents,
flashing, sealant, and any other roofing accessories required to
completely replace the existing roofing. Building will remain occupied
while the roof is being replaced. It is estimated that the price range
for this requirement is between $25,000 to $100,000. A firm fixed price
contract is anticipated. The estimated cost of construction for this
project is $350,000.00 . A/E firms responding to this announcement will
be evaluated against the following criteria in relative order of
importance: 1) Specialized experience and technical experience in the
type of work required. A/E Firms should indicate past experience by
citing examples of the work required; (2) Professional qualifications
of personnel and proposed subcontractors for the project. Give examples
of similar projectsperformed by the team and the duties performed by
each team member; 3) Capacity of the firm to accomplish the work within
the required time limits; 4) Past performance on contracts with
Government agencies and private industry in terms of cost control,
quality of work, and compliance with performance schedules; 5) Location
in the general geographic area of the project, provided, that
application of this criterion leaves an appropriate number of qualified
firms, given the nature and size of the project; 6) Demonstrated
success in prescribing the use of recovered materials and achieving
waste reduction and energy efficiency in facility design; 7) Volume of
work previously awarded to the firm by the Department of Defense.
Those firms which meet the requirements described in this announcement
and wish to be considered, must submit a standard form 255 to be
received in this office no later than the 30th calendar day after the
date of appearance of the announcement in the CBD. Should the due date
fall on a week-end or holiday, the SF255 will be due the first work
day thereafter. A current standard form 254 is required with the SF255
unless a recent one is on file with this office. The SF255 must
clearly indicate the office location where the work will be performed
and the qualifications of the individuals and subcontracts proposed to
work on the contract and their geographical location. The Standard
Industrial Classification Code is 8711. This is not a request for
proposal. Inquiries should be directed to Michelle Nicholl at (202)
767-4597 mentioning contract number and location. Send copies of the
SF-254's and SF-255's to Contracting Officer, ATTN: Code 3230, Naval
Research Laboratory, 4555 Overlook Ave. S.W., Washington DC 20375-5326;
Telefax 202-767-5896 or 202-767-6197. All responsible sources may
submit SF-254's and SF-255's which shall be considered by the agency.
SYNOPSIS MN09. NOTES 1, 24 & 26 (0016) Loren Data Corp. http://www.ld.com (SYN# 0014 19980121\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|