Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 29,1999 PSA#2377

Naval 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