|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 9,1995 PSA#1299Officer-in-Charge/Officer-in-Charge of Construction, A-E Services
Branch, PW Building 504, 47424 Emory Road, Mail Stop #28, Naval Air
Station/Naval Air Warfare Center Aircraft Division, Patuxent River,
Maryland 20670-5504 C -- REPAIR HANGAR 201, EAST LEAN-TO AND EXTERIOR, NAVAL AIR
STATION/NAVAL AIR WARFARE CENTER AIRCRAFT DIVISION, PATUXENT RIVER,
MARYLAND SOL N62477-95-C-3043. Contact: Ms. Joan Hancock, 301-826-3801.
The Officer in Charge/Officer in Charge of Construction is currently
seeking sources for the preparation of a basis of design, plans and
specifications, cost estimates, and calculations for Repair Hangar 201,
East Lean-To and Exterior, at the Naval Air Station/Naval Air Warfare
Center Aircraft Division, Patuxent River, MD. The estimated cost of
construction is between $1 million and $5 million. The estimated design
start date is June 1995. As part of a long-term hangar repair master
plan, this project will provide major interior repairs to hangar office
and shop space and exterior repairs. The interior work includes the
demolition and replacement of antiquated architectural, mechanical, and
electrical systems, correction of code violations, the reconfiguration
of spaces and functions, and asbestos and lead paint testing and
abatement. The exterior work includes the replacement of wall covering
on the hangar lean-tos and hangar barrel ends. The project will result
in a firm fixed price contract. Selection evaluation criteria include:
(1) Specialized experience of the firm in major repairs of aircraft
shop spaces, office space and building exteriors within the last five
years; (2) Professional qualifications of the firm and staff proposed
for performance of the project; (3) Past performance on contracts with
respect to cost control effectiveness; (4) Capacity to accomplish
projects within the required time; (5) Location of the firm in the
general geographic area of work, provided an appropriate number of
qualified firms respond; (6) Past experience, if any, with respect to
DOD contracts; (7) The firm's quality control program and practices;
(8) Ability to sustain loss of key personnel while accomplishing the
work within the required time limits; (9) Utilizing CADD and its
compatibility with the Autodesk Autocad Release 12 format; (10)
Utilizing Specintact. Each firms past performance(s); and performance
ratings will be reviewed during the evaluation process and may effect
the selection outcome. Architect-Engineer firms which meet the
requirements listed in this announcement are invited to submit a
completed Standard Forms 254 and Standard Forms 255, U.S. Government
Architect-Engineer qualifications, to the office shown above. 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, the
Contractor Establishment Code (CEC)/formally the DUNS number, and the
Taxpayer Identification Number (TIN) on the SF255 and SF254 in Blocks
3a and 1, respectively. Only firms responding to this announcement by
close of business on the 30th day from the CBD publication date will be
considered. Firms having a current SF-254 on file with this office may
also be considered. This is not a request for porposal. See Note 24.
Officer-in-Charge/Officer-in-Charge of Construction, Attn: Joan
Hancock, Public Works Building 504, Mail Stop #28, 47424 Emory Road,
NAS/NAWC, AD, Patuxent River, MD 20670-5504. (065) Loren Data Corp. http://www.ld.com (SYN# 0021 19950308\C-0008.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|