|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 3,1999 PSA#2488EFA Chesapeake, Washington Navy Yard, Building 212, 901 M Street, S.E.,
Washington, DC 20374-5018 C -- HERITAGE HALL HANGAR #1 RENOVATION, BOLLING AIR FORCE BASE,
WASHINGTON, DC SOL N62477-00-C-0010 DUE 010400 POC Contact Randolph
Jones, POC, 202-685-3152 WEB: EFA Chesapeake Homepage,
http://www.efdlant.navfac.navy.mil/efaches.htm. E-MAIL: Randolph Jones,
Point of Contact, jonesr@efaches-03.efaches.navfac.navy.mil. The work
includes Architectural and Engineering Services necessary for the
preparation of construction documents for the renovation of Heritage
Hall Hangar #1 located at Bolling Air Force Base, Washington, DC.
Construction documents will be full plans and specifications. The
renovation would create an all-weather indoor ceremonial hall, provide
for a permanent display of Air Force Heritage, and accommodate
multiple office and meeting functions simultaneously. The renovation
includes upgrading the building envelope with regard to energy
conservation and acoustic treatments. The exterior of the building will
be modified as little as possible in order to maintain the historical
integrity of the building. The mechanical, electrical, plumbing and
fire protection systems will be entirely replaced from the point of
entry to the building providing new systems consistent with current
energy conservation guidelines and sustainable building design. A new
ceremonial entrance will be added to the facility. Seismic requirements
and Force Protection, based on established requirements, site
conditions and building use will be incorporated. Lead paint and
asbestos abatement will also be integral to this renovation. All
relative project requirements must be Y2K compliant. Familiarity with
Sustainable Design through an integrated design approach is required.
Interior design services are required -- familiarity with mandatory
sources of procurement, i.e., Federal prison Industries (FPI), GSA
schedules, etc. is required. Familiarity with the metric system of
measurement is required. The possibility of hazardous materials, i.e.,
asbestos, lead, lead paint, PCB's, and petroleum-containing soil may
exist at the project site. If these materials or other similar types of
material are encountered, the A/E Contractor may be required to conduct
hazardous material removal surveys, including testing and sampling,
provide design removal procedures and prepare construction documents in
accordance with applicable rules and regulations pertaining to such
materials. All hazardous materials licenses and/or accreditations
necessary for the locality of the project site are required by the A/E
firm or their subcontractors. For the Government to retain maximum
flexibility in the interest of their client(s), various
services/products, such as technical reports, studies, site
investigations, programming of client requirements, concept designs,
alternative construction document methods, cost estimates, Parametric
Cost Estimates (PCE), surveys, assistance in source selection technical
panel reviews (Design Evaluations Teams), shop drawings reviews,
construction consultation and inspection, HVAC Commissioning, and
preparation of construction record drawings, may be required at any
time up to final acceptance of all work. The selected A/E firm for this
contract will be required to participate in an orientation and site
visit meeting (when requested) within seven days of notification and
provide a fee proposal within ten days after receiving the Request for
Proposal. This will be a firm fixed price A/E contract. The duration
of the contract will include the design and construction support
periods of the project (approximately 4 years). The estimated start
date is March 2000. The estimated cost of construction is approximately
$8-10 million. Selection evaluation criteria, in relative order of
importance are included below. 1.a. Specialized experience and
professional qualifications of the firm, including subcontractors, and
the proposed project team (the team/office actually accomplishing the
work) in providing complete design and engineering services for the
design and project requirements described herein to include experience
in preservation of historical structures. b. Knowledge and
demonstrated experience in applying sustainability concepts and
principles to facilities and infrastructure through an integrated
design approach; 2. Demonstrated capabilities in accomplishment of work
within established time limits; 3. Past performance and process of the
prime A/E firm (and their subcontractors) in their quality
control/quality assurance program to assure coordinated technically
accurate plans, specifications, and construction cost estimates; 4.
Status of the firm's and project team's present workload; 5. Preference
will be given to firms with the demonstrated capability of using CAD,
SPECSINTACT, and the Success Cost Estimating System; 6. 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. Each firm's past
performance(s) and performance ratings will be reviewed during the
evaluation process and can affect the selection outcome. Firms that
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. This proposed contract is being solicited on an
unrestricted basis. Interested firms are requested to include telefax
numbers, DUNS number, and Taxpayer Identification Number (TIN) on the
SF 255 and SF 254 in Blocks 3 and 1, respectively. Interested firms are
also requested to include their A/E Contractor Appraisal Support System
(ACASS) number on the SF 255 in Block 3. 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 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
will not be included in the official selection process. Submit the SF
254 and 255 to the mailroom in the EFA CHES building, Building 212, 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. Because
this contract could eventually result in an award over $500,000.00, a
subcontracting plan will be required by large business concerns. The
small disadvantaged business set-aside goal in that subcontracting plan
shall not be less than 5% of the subcontracted work. This set-aside
goal of not less than 5% also applies to women-owned small business
concerns. This does not apply if the prime firm is a small business
concern. Small business size standard SIC Code is "8712", $4.0 million
annual average over a three year period. Effective 1 October 1997, A/E
contractors are now required to register their firms in the Central
Contractor Registration database prior to receiving a contract award.
This data base provides basic business information, capabilities, and
financial information to the Government and complies with the Debt
Collection Improvement Act of 1996, which requires Federal agencies to
have the Taxpayer Identification Number of every contractor and to pay
every contractor through electronic funds transfer. A/E contractors
will only have to provide this information once with annual updates or
as key company information changes occur. Registration can be
accomplished through the World Wide Web at http//www.acq.mil/ec;
through any DOD Certified Value Added Network; or a paper may be
obtained by calling the DOD Electronic Commerce Information Center at
1-800-334-3414. 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. Posted 12/01/99 (W-SN404901). (0335) Loren Data Corp. http://www.ld.com (SYN# 0017 19991203\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|