|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 12,1998 PSA#2031439 LSS/LGC, 250 Airlift Drive, Westover Air Reserve Base, Chicopee MA
01022-1525 C -- ARCHITECT AND ENGINEERING SERVICES DUE 031398 POC Lester Howard
or Michael LaFortune (Contracting Officer) at 413/557-2137
Architect-Engineering services for the development of site
investigation, design plans and specifications for maintenance, repair
and minor construction. The construction projects are
Maintain/Repair/Alter Airman's Quarters, Buildings 5103, 5104 and 5105
at Westover Air Reserve Base, Chicopee, MA. The A-E will be selected
on the basis of the following catagories, each will be of equal value:
(a) Specialized Experience & Technical Competence; (b) Professional
Qualifications; (c) Capacity for Timely Accomplishment of Work; (d)
Past Performance; (e) Geographic Location and (f) Volume of Previously
Awarded DoD Work. The general intent is to award the contract to a
multi-discipline A-E firm with Standard Industrial Classification (SIC)
Code of 8712, Architectural Services. The firm shall have in-house
expertise in Architecture and may have in-house or joint venture
expertise in the related Engineering Disciplines (Civil, Electrical,
Environmental, Mechanical and Structural) and Interior Design. To be
considered, the firm must have one partner of the firm or officer of
the corporation duly liscensed or registered to practice architecture
in one of the 50 United States. Firms should have previous experience
with the renovation of similar lodging facilities. The estimated start
date for the design contract is 1 April 1998. The anticipated contract
will be to design the following: Projects YTPM 98-0045, 0062 and 0063,
Maintain/Repair/Alter Airman's Quarters, Buildings 5103, 5104 and
5105. Work includes the complete interior renovation of the three
facilities. Each facility is approximately 25,000 s.f. and three floors
in height. Each facility will be renovated to provide approximately 92
guestrooms per building through the reconfiguration of the existing
floor plans. The contract will require a minimum of three different
proposals providing individual or shared bathrooms for each guestroom.
The design project includes the reconfiguration of existing interior
masonry partitions as necessary, the removal and replacement of all
entirior finishes, removal of hazardous materials such as vinyl
asbestos floor tile and lead paint, and the design of new entrance
lobbies with elevators and other additions as necessary. All
mechanical, electrical, plumbing and special systems will be replaced
and a new fire sprinkler system installed. All work will comply with
applicable national, state and local building and life safety codes,
Air Force design instructions and facility standards, ADA and
Massachusetts accessability codes, and all other applicable structural,
mechanical, electrical, plumbing and other codes and regulations in
effect during the design period. The prospective A-E firm must submit
typed responses to the following issues in a seperate sealed envelope
along with SF-254's and SF-255's: (a) Key individuals who will work on
the project, including project manager and/or architect: (b) Proposed
team of individuals for the design and production phases; (c) Proposal
of how the A-E firm intends to address the design tasksnoted above,
e.g., the specifications regarding hazardous materials will be
addressed by consultant, in-house or other; (d) Discussions of the
firm's qualifications and previous experience with similar work and (e)
Discussion of how the firm's organization, capacity and current
workload applies to the project. Firms responding to this announcement
on or before 13 March 1998 will be considered for selection. Firms
desiring consideration shall submit appropriate data as described in
numbered Note 24. This is not a request for proposal.***** (0041) Loren Data Corp. http://www.ld.com (SYN# 0018 19980212\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|