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