Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 3,1999 PSA#2488

EFA 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