Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 30,1995 PSA#1462

Commanding Officer, Naval Facility Engineering Command, Engineering Field Activity Chesapeake (Attn: Code 02AE) Washington Navy Yard, Bldg 212, 901 M Street, SE, Washington, DC 20374-5018

C -- RELOCATION OF VARIOUS LABORATORIES, NSWC, CARDEROCK DIVISION, BETHESDA, MD SOL N62477-96-C-0002 DUE 120495 POC Randolph Jones, POC, 202-685-3152, KO/Bonnie Clark The work requires Architectural and Engineering services necessary for multiple projects to relocate functions from Naval Surface Warfare Center, White Oak Laboratory and Naval Surface Warfare Center, Annapolis Division to Naval Surface Warfare Center, Carderock Division. These relocated functions will be housed in a combination of renovated existing buildings and new buildings. A total of approximately 10,000 square meters of buildings are involved in this work. The laboratories that are being moved include an ultra low humidity test lab, a magnetic fields lab and advanced materials labs. The Advanced Materials Laboratory includes a thermal spray welding lab, polyurethane prototyping lab and reactive metal spray forming lab. The work includes laboratories (including required hoods and laboratory utilities), engineering office spaces, related support spaces and all site utilities and improvements, including access drives and parking. Interior design services are required - familiarity with mandatory sources of procurement, i.e., Federal Prison Industries (FPI), GSA schedules, etc. are required. Coordination with the National Capital Planning Commission is required. Coordination with the National Park Service may be required. The preparation of a comprehensive stormwater management plan for the State of Maryland is required. Although none is now known, the possibility of hazardous materials, i.e., asbestos, may exist. If hazardous materials are encountered, the A/E contractor will be required to conduct hazardous material removal surveys, including testing and sampling, provide design removal procedures and prepare construction contract documents in accordance with applicable rules and regulations pertaining to such hazardous 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 subcontractor. The general intention is to provide for such design and engineering services as necessary to support the procurement of this prject. Services, such as technical reports and studies, site investigations, contract documents (drawings, specifications and construction cost estimates), surveys, shop drawings reviews, construction consultation and inspection, and construction record drawings, may be required at any time up to the final acceptance of all work. The selected firm for this project will be required to participate in an orientation and site visit meeting 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 estimated start date is January 1996. The total estimated cost of construction is between $10 and $15 million. Selection evaluation criteria, in relative order of importance are included below. 1. Specialized experience and professional qualifications of the architectural/engineering firm (with its subcontractors), and the proposed project team in the following areas: a. providing complete engineering services for the studies and verification of cost requirements as described herein; b. providing complete design and engineering services for separate construction contract document requirements described herein; 2. Demonstrated capabilities in sustained accomplishment of multiple projects within established time limits; 3. past performance and process of the prime A/E firm (and subcontractors) in an internal quality control/quality assurance (QC/QA) program to assure coordinated technically accurate studies and verification of costs, and accurate plans, specifications, and construction cost estimates; 4. the firm's and project team's present workload; 5. preference will be given to firms with the capability of using CAD, SPECSINTACT and the Cost Engineering Systems (CES) for the separate construction contract document requirements. Each firm's past performance(s) and performance ratings will be reviewed during the evaluation process and can affect the selection outcome. Firms which meet the requirements listed in this announcement are invited to submit one copy each of the completed Standard Form (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. Should the due date fall on a weekend or an official Government holida, the SF 255 is due on the first workday thereafter. Firms having a current SF 254 on file with this office may also be considered. Interested firms are requested to include telefax numbers, the Contractor Establishment Code (CEC) and Taxpayer Identification Number (TIN) on the SF 254 and SF 255 in block 3a and 1, respectively. 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 primary person proposed to be the direct contact with EFA CHES for 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 mail room in EFA CHES building, Building 212, by 3:30pm on the due date. Fax copies of the SF 254 and 255 will not be accepted. This is not a request for proposal. Selected firms may be subject to an advisory audit performed by the Defense Contract Audit Agency. EEO compliance is required. Because this contract acquisition could eventually result in an award over $500,000.00, a subcontracting plan is required by large business concerns. The small disadvantaged set-aside goals in that subcontracting plan shall not be less than 5%. This does not apply if the prime firm is a small business concern. Contracting Officer, Naval Facilities Engineering Command, Engineering Field Activity, Chesapeake Building 212, 901 M Street SE, Washington, DC 20374-5018. (0299)

Loren Data Corp. http://www.ld.com (SYN# 0020 19951027\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page