|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 29,1999 PSA#2377Naval Research Laboratory, Attn: Code 3230, 4555 Overlook Avenue, SW,
Washington, DC 20375-5326 C -- ARCHITECTURAL & ENGINEERING SUPPORT SERVICES FOR THE NAVAL
RESEARCH LABORATORY, WASHINGTON, D.C. SOL N00173-99-R-MN10 POC Contact,
Contract Specialist, Michelle Nicholl, Contracting Officer, Carol
Parnell 202-767-4597 WEB: http://heron.nrl.navy.mil/contracts/home.htm,
http://heron.nrl.navy.mil/contracts/home.htm. The Naval Research
Laboratory has a requirement for architectural and engineering
services. The work includes, but is not limited to, multi-disciplined
design work with an emphasis on the mechanical/electrical disciplines.
Design skills shall be shown for the following building types: office
buildings, industrial warehouses, and general laboratory space.
Typical work may include: (a) architectural and structural support
services, which may include significant renovation and/or demolition of
existing spaces or buildings, (b) modification of electrical systems,
(c) renovation and replacement of HVAC systems, re-design of water
systems (internal to the building), installation and extension of
sprinkler systems, installation of restrooms, and installation and
retrofitting of elevators in existing buildings, (d) studies relating
to code research, space planning, cost analysis, structural analysis
and architectural evaluation. Asbestos and lead are known to be
present. The Architect/Engineer firm shall identify and provide a
design which will accommodate the disposal of materials in the
construction plans and specifications in accordance with applicable
rules and regulations pertaining to hazardous materials. An indefinite
delivery indefinite quantity type contract is anticipated with one
single award. The maximum total fee of orders placed under the
contract, including the option year, is $500,000.00. The minimum value
the government will be required to order is $25,000.00. No single
order shall have a fee in excess of $300,000.00.The period of
performance of this contract will be from date of contract award
through two years thereafter. Award of this contract is anticipated to
be in October 1999. The first task order to be placed under this
indefinite delivery indefinite quantity type contract is for the design
of the demolition of six buildings located at the Chesapeake Bay
Detachment, Maryland. The estimated cost of construction for the first
task order is $250,000.00. Firms responding to this announcement must
do so in accordance with numbered Note 24 of the Commerce Business
Daily and the evaluation criteria as follows: (1) Professional
qualifications necessary for satisfactory performance of required
services, including professional qualifications of personnel and
proposed subcontractors. Cite examples where individuals have performed
similar roles on similar projects. (2) Specialized experience and
technical competence in the type of work required, including where
appropriate, experience in energy conservation, pollution prevention,
waste reduction, and the use of recovered materials. (3) Capacity of
the firm to accomplish the work within the required time, (usually the
average project is nine weeks, excluding Government review time). (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 geographical area of
the project (70 mile radius of the NRL) and knowledge of the locality
of the project, provided that application of this criterion leaves an
appropriate number of qualified firms, given the nature and size of the
project, to include subcontractors proposed. (6) Provide the volume of
work previously awarded to the firm by the Department of Defense for
the last two years. The factors are in the order of importance with the
first factor having the highest importance and the seventh the least
importance. Send SF-254's and SF-255's to Contracting Officer, ATTN:
Code 3230, Naval Research Laboratory, 4555 Overlook Ave. S.W.,
Washington, D.C. 20375-5326; Telefax 202-767-5896 or 202-767-6197.
Firms that meet the requirements described in this announcement and
wish to be considered must respond no later than the 30th calendar day
after the appearance of the announcement in the Commerce Business
Daily (CBD). Should the date fall on a legal holiday or a weekend, the
response will be due the first work day thereafter. Inquiries should
be directed to Michelle Nicholl, Contract Specialist, at (202) 767-4597
or via e-mail -- nicholl@contracts.nrl.navy.mil. 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 small business size standard for Standard
Industrial Classification Code 8712 is $2.5 million or less based on
annual average gross revenue of a firm taken for the last 3 fiscal
years. This is not a request for proposal. Notes 24 and 26 apply.
Posted 06/25/99 (W-SN347085). (0176) Loren Data Corp. http://www.ld.com (SYN# 0028 19990629\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|