SOLICITATION NOTICE
C -- ARCHITECTURAL AND ENGINEERING SERVICES
- Notice Date
- 5/13/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, DC, 20375
- ZIP Code
- 20375
- Solicitation Number
- N00173-02-R-LS05
- Response Due
- 6/13/2002
- Archive Date
- 5/13/2003
- Point of Contact
- Lisa Fleming, Contract Specialist, Phone 202-767-3739, Fax 202-767-6197, - Carol Parnell, Contracting Officer, Phone 202-767-2372, Fax 202-767-6197,
- E-Mail Address
-
fleming@contracts.nrl.navy.mil, parnell@contracts.nrl.navy.mil
- Description
- The Naval Research Laboratory has a requirement for architectural and engineering services and anticipates awarding two Indefinite Delivery Indefinite Quantity (IDIQ) type contracts as a result of this synopsis. It is anticipated that the maximum quantity required for each contract will be $500,000. The minimum value the Government will be required to order will be $25,000 and no single order will have a fee in excess of $300,000. The contractor will be required to provide multi-disciplined design work with an emphasis on the mechanical and electrical disciplines. Design skills must be demonstrated for the following building types: office buildings, industrial warehouses, and general laboratory space. Typical work may include the following types of efforts: (a) architectural and structural support services such as, significant renovations and/or demolition of existing spaces or buildings; (b) modification of electrical systems and upgrading existing building power distribution 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; (e) demolition of buildings including removal of hazardous materials and assessment of environmental concerns. Asbestos and lead are known to be present in many of the buildings here on the Laboratory. Therefore, the A&E firm will be required to identify and provide a design, which will accommodate the disposal of these materials in the construction plans and specifications in accordance with applicable rules and regulations. The first delivery order to be placed under one of the two prospective contracts will be for a design to renovate six (6) restrooms in Building A-59. The restrooms must be handicap accessible. More specifically, the contractor will be required to complete a design and specification that will provide (1) new fixtures and partitions, (2) ceramic tile on the floor and on the wet walls (to a height of six (6) feet); and (3) new paint and acoustical ceilings (unless existing ceiling is drywall). It should be noted that plumbing changes (piping) are expected to be minimized. And, as previously stated hazardous materials may be present, thus the effort should be treated as such. The first delivery order to be placed under the second contract will set forth the requirement for the contractor to design the construction of offices on the deck in Building A-59. The deck must be outfitted with offices, a conference room, restrooms, and electronic laboratories. The contractor will further be required to provide a new means of Code compliant egress connecting to the existing exits on the first floor. The second floor space should be laid out to maximize the functionality of the space. Air conditioning and heating will be supplied by chilled water and hot water, however, the contractor will have to expand the current hot water system. The resulting system must be large enough to handle the north side of Building A-59. Chilled water will be supplied by the current system, however a supplemental chiller may be required. The government will provide access to all mechanical equipment. The contractor will have to design the system to include sprinklers. The contractor's design and specifications must provide for system furniture and modular walls where possible. The contractor shall design the ceilings to be nine (9) feet high. The contractor must ensure that provisions are made for communication and data transfer. And, as previously stated hazardous materials are known to be present, thus the effort should be treated as such. The NRL will determine which effort will be assigned to either awardee, based on experience and qualifications. Firms responding to this announcement must do so in accordance with the requirements set forth in Note 24 and the evaluation criteria listed at FAR 36.602-1 and DFARS 236.602-1, which are being presented below in descending order of importance: (1) The contractor shall provide specialized experience and technical competence in the type of work required, with significant emphasis on Mechanical and Electrical disciplines, as well as Architectural and Civil disciplines, and Elevators. This proof of specialized experience and technical competence must include experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials where appropriate. The A&E firm must indicate past experience by citing examples of the work required. Responding A/E firms must address both of the potential projects. (2) The contractor shall provide professional qualifications of personnel and proposed subcontractors for the project. Examples must be provided for similar projects performed by the proposed team and the duties performed by each of the team members. If the proposed team has not worked together before, companies must provide experience of the individuals with their proven ability to work in a diverse team environment. (3) Each contractor must also provide convincing evidence of the firm's, as well as, the entire team's capacity to accomplish the work within the required time limits (usually nine weeks for the average projects plus Government review time). It is very important to demonstrate the ability to juggle workload and manage a number of projects at one time, as would be required in an IDIQ type contract environment. (4) The contractor must provide past performance information on contracts with Government agencies and private industry, which demonstrates cost control, quality of work, and compliance with performance schedules. Demonstrating this should include, at a minimum, things such as letters of commendation/appreciation, a list of contracts, preferably IDIQ type contracts with multiple orders, the points of contact and phone numbers for references. (5) Contractors will also be evaluated on their location, which typically should be in the general geographic area of the project, provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Contractors must be sure to include the location of each of the proposed subcontractors. (6) Contractors must provide the volume of work previously awarded to the firm by the Department of Defense (within the last twelve months). Those firms that meet the requirements described in this announcement, and wish to be considered, must respond no later than 4:00 PM EST on the response date specified herein. It is anticipated that the two IDIQ type contracts to be awarded as a result of this synopsis will have a period of performance of 24-months from the date each contract is awarded. The North American Industry Classification System Code is 541310. All questions should be directed to the point of contact below. All interested parties must send copies of SF-254's and SF-255's using the mailing address set forth herein to Contracting Officer, ATTN: Code 3230 LS.
- Place of Performance
- Address: Contractor's Facility
- Record
- SN00076057-W 20020515/020513213340 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |