COMMERCE BUSINESS DAILY ISSUE OF AUGUST 2,2000 PSA#2655 NAVFAC Field Office, Officer in Charge of Construction, 520 Turner
Street, Pensacola, FL 32508-5225 C -- ARCHITECT-ENGINEER SERVICES FOR COMPLETE CONTAMINATION ASSESSMENT
REPORT, BUILDING 782, RELOCATE PERSONNEL, EQUIPMENT AND DEMOLISH
BUILDING 782, NAVAL AIR STATION, PENSACOLA, FL SOL N62467-00-R-3145 DUE
091400 POC S. L. Burgdoff, Contracting Officer, (850) 452-4616, Ext.
130; e-mail address: burgdoffsl@efdsouth.navfac.navy.mil This
solicitation is UNRESTRICTED, inviting full and open
competition.SERVICE REQUIREMENT: Architectural-Engineering Services are
required to prepare specifications for a Design/Demolition Contract to
Demolish the General Power Plant, Building 782, Naval Air Station,
Pensacola, FL. Services include preparation of a specification to be
used as the Request for Proposal, any required engineering studies,
such as environmental assessments, identification of all hazardous
materials, plan to remove existing SCADA system and relocate to a
separate building, and construction cost estimate. The
Design/Demolition Contract will include the following work
requirements: Removal of all hazardous substances in the facility,
demolition/removal of power plant structure and associated equipment;
and relocation of existing SCADA System to another facility (to be
identified later). TYPE OF CONTRACT: Firm Fixed-Price. This work to be
subject to satisfactory negotiation . No other general notification to
firms for other similar projects performed under this contract will be
made. ESTIMATED DESIGN START DATE: November 2000. ESTIMATED DESIGN
COMPLETION DATE: FEBRUARY 2001. Estimated Construction Cost is
$4,000,000. Contract No. N6246700C3145 applies.
SELECTION CRITERIA: Selection will be based on the following criteria,
numbered in order of importance: (1) Professional qualifications
necessary for satisfactory performance of required services; (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 to accomplish the work in the
required 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 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. Firms are required to prepare cost estimates utilizing the
computerized CES, when applicable, and specifications in the
SPECSINTACT system format. Digital graphics database of any survey may
be required. If so, the survey, and all drawings forming a part
thereof, shall be submitted in AutoCad compatible format, PDF Format,
either DFX or DWG, on DOS high density floppy disks. The design
contract scope may require evaluation and definition of asbestos
materials, lead paint and toxic waste disposition. Fee negotiations
would provide for laboratory testing and subsequent preparation of
plans and specifications may require definition of removal and/or
definition of disposal process. All firms or subcontractors involved in
asbestos operations must be licensed by the State of Florida. Contact
the State Asbestos Coordinator in Tallahassee, FL .at (904) 848-1344.
Proof of current registration as an Architect or Engineer and asbestos
license by the State of Florida shall accompany the Standard Form 255.
Firms responding to this announcement must be prepared to accept the
aforementioned as a part of their contract responsibility. Firms unable
to accept work which may involve asbestos and lead paint need not
apply. Architect/Engineer firms which meet the requirements described
in this announcement are invited to submit completed Standard Forms
(SF) 254 (unless already on file) and 255, U.S. Government
ArchitectEngineer Qualifications, to the office shown above,
Attn: S. L. Burgdoff, Contracting Officer. All information must be
included within the SF 255; cover letter and other attachments will not
be considered in the evaluation process. Provide a synopsis of the
scope of work, point of contact and telephone number for each project
listed in SF 255 Block 8. Firms having a current SF254 on file with
this office and those responding by 2:00 p.m. CDT, September 14, 2000
will be considered. Should the due date fall on a weekend or official
government holiday, the SF 254/255 is due the first workday thereafter.
Firms responding to this advertisement are requested to submit only one
copy of qualification statements. The qualification statements should
clearly indicate the office location where the work will be performed
and to identify the individuals and qualifications of those anticipated
to work on the contract and their geographical location. The firm that
is selected for this contract will not be allowed to bid on the
Design/Built Solicitation. This proposed contract is being solicited on
an unrestricted basis, therefore, replies to this notice are requested
from all business concerns. The small business size standard
classification is SIC 8711 ($4,000,000). This is not a request for
proposal. Inquiries concerning this project should mention location and
contract number. See Note 24. Posted 07/31/00 (W-SN480475). (0213) Loren Data Corp. http://www.ld.com (SYN# 0014 20000802\C-0004.SOL)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on July 31, 2000 by Loren Data Corp. --
info@ld.com
|
|
|