Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2005 FBO #1475
SOLICITATION NOTICE

C -- A&E Services for the design development, complete construction plans and specifictions, Class "A" cost estimates, related studies, and all associated engineering services needed for a historically accurate rehabilitation Troy House.

Notice Date
12/8/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Historic Preservation Training Center National Park Service Gambrill House 4801-A Urbana Pike Frederick MD 21704
 
ZIP Code
21704
 
Solicitation Number
N2680060031
 
Archive Date
12/8/2006
 
Small Business Set-Aside
N/A
 
Description
The National Park Service, Historic Preservation Training Center, requires Architect-Engineer services for the design development, complete construction plans and specifications, Class "A" cost estimates, related studies, and all associated engineering services needed for a complete historically accurate rehabilitation of the Troy House located off Route 176, just southeast of the intersection with Interstate 95, Dorsey, Howard County, Maryland. The Troy House a 2 ? story stone masonry structure, rectangular in plan (approximately 36' x 40') with a walk-out basement. The uncoursed rubble stone walls are continuous from foundation to eave and are topped with a side gable roof. The building was constructed sometime in the first quarter of the 19th century by Vincent Bailey, a prosperous Howard County farmer, in the Georgian style with a traditional center hall plan. Since that time it had undergone many renovations, including a Colonial Revival remodel in the 1940s. In 1992 the structure was gutted by fire leaving only the stone exterior walls with window and door openings, brick chimneys and various fireboxes. All of the interior and exterior wooden structural and decorative elements were lost; including the roof, windows, doors, trim and plaster work. In an effort to preserve the remaining historic masonry shell, a contract was written with an architectural/engineering firm after the fire to stabilize the structure. In the last few years, elements of the stabilization have failed. In 2004, an Emergency Stabilization Plan to address the most critical deficiencies and the recommended treatments were performed. It is the intent of this project, to return the building's exterior elevations, porch and roof to a specific period within its early evolution and then interpret the exterior envelope at that point in time. The interior will be adaptively reconstructed to serve a new modern use, of which is yet to be fully determined. Work will consist of the complete historically accurate rehabilitation of the 2 ? story stone and brick building envelope, exterior doors and windows, the roof structure, roof covering and front porch. The building interior will be all new construction including the floor, wall and ceiling structural and finish systems; new mechanical; electrical and plumbing, fire protection and security systems; all to meet the new building interior use needs. The interior usable space is estimated at 5,000 square feet. New underground utilities will be brought to the building and connected. Work will also include grading around the building for site drainage, handicap accessibility, and turf restoration. The estimated value of the construction project is between $500,000 and $3,000,000. Award of a firm-fixed price contract is estimated to be made on or before February 10, 2006. Design work shall begin on or before February 10, 2006 with completion by May 9, 2006. Construction work shall begin on or before August 2006 with completion of all work by August 2007. All firms responding to this notice will be given 30 calendar days to provide qualifications statements. At a minimum, firms must submit qualifications that demonstrate design experience with historic building exterior restoration and complete interior adaptive reuse. Specific experience should include restoration of stone and brick masonry; design of historically accurate exterior roof structures and coverings, porches, doors and windows. Demonstrated ability and experience must also provide in client relations and design guidance in the development of a totally new interior structure, spaces and systems which meet client needs and work within an historic building envelope and footprint. Evaluation will be based on the following criteria in descending order of importance: (1) Qualifications of all team members based on demonstrated experience with historic buildings and projects similar to the work proposed. (2) Past Performance, demonstrating quality of work for projects similar to the work proposed, professional expertise, technical competence; quality control, and the ability to effectively schedule and manage a multi-disciplinary project team; (3) Demonstrated ability to provide cost effective design and construction solutions with emphasis on Green Building (Leeds), sustainable methods and technologies, and the ability to effectively manage budgets between a multi-disciplinary project team; and (4) Capacity to accomplish work within the required timeframe. Firms that meet the requirements of this announcement and wish to be considered must submit proposals that consist of three copies of Standard Forms 254 and 255, United States Government Architect-Engineer Qualifications for proposed team members. If a current SF254 is not already on file with this office, it must be submitted using SF255. The SF255 must clearly indicate the office location where the work will be performed and the qualifications of the individuals and subcontractors proposed to work on the contract and their geographic location. Proposals must be received by Sheila Rushlow, National Park Service, Historic Preservation Training Center, 4801A Urbana Pike, Frederick, MD 21704 by no later than 12:00 p.m., Eastern Standard Time, on December 14, 2005. The Solicitation issued as a result of this notice will be issued as Unrestricted, NAICS Code 541310. Award will be made pursuant to the Small Business Competitiveness Demonstration Test Program, Public Law 100-656. The point of contact for inquiries and clarifications is: Sheila Rushlow, Contracting Officer, Telephone Number (301) 663-8206, Extension 103, Facsimile Number (301) 663-8032, or Email address: sheila_rushlow@nps.gov. THIS SYNOPSIS IS NOT FOR THE RELEASE OF SOLICITATION PACKAGE, THEREFORE NO REQUESTS FOR A COPY OF THE PACKAGE WILL BE ACCEPTED. THE INSTRUCTIONS FOR SUBMISSION REQUIREMENETS ARE DETAILED ABOVE.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2034652)
 
Place of Performance
Address: Troy House, Howard County, Maryland
Zip Code: 21704
Country: United States
 
Record
SN00948359-W 20051210/051208212541 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.