COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 26, 2001 PSA #2795
SOLICITATIONS
R -- ARCHITECT AND ENGINEERING SERVICES
- Notice Date
- February 22, 2001
- Contracting Office
- Department of Commerce, NOAA, 200 World Trade Center, Room 209, Norfolk, VA 23510-1624
- ZIP Code
- 23510-1624
- Solicitation Number
- 52-EANA-1-00031
- Response Due
- March 22, 2001
- Point of Contact
- Linda Jacobs, Contract Specialist (757) 441-6563/William D. Privott, Contracting Officer (757) 441-6561
- E-Mail Address
- Click here to contact the contract specialist via (Linda.L.Jacobs@noaa.gov)
- Description
- Projects may consist of special reports and studies, site surveys, environmental investigations and permitting, cost estimates, inspections, construction submittal reviews, and complete design documents for construction contracts including drawings, specifications, and detailed construction estimates for alterations to existing facilities as well as new construction projects. Types of projects may include but not be limited to: structural investigations, environmental assessments, energy conservation, piers and bulkheads, roads and parking lots, roofing, HVAC and plumbing upgrades, electrical upgrades, interior design, general interior and exterior renovations, building additions and new construction. Most work will involve existing facilities such as scientific laboratories, warehouses, weather forecast offices, office buildings, piers, bulkheads, and towers. The staff must be capable of responding to multiple work orders concurrently. Metric design may be required for some projects. Projects may be located anywhere in, but not confined to a 16 state region on the east coast from Maine to South Carolina. The requirement type contract will be for one year from the date of contract award, with an option to renew for up to four additional years. Multiple firms may be selected under this announcement. The firm(s) selected shall have the capability to provide architectural services and the full range of engineering services (including: civil, structural, environmental, mechanical and electrical) through in-house personnel and/or consultants. The firm(s) selected will be required to have or be able to obtain the services of registered professional engineers and architects licensed to practice in the states of the region: Maine, New Hampshire, Vermont, Massachusetts, Rhode Island, Connecticut, New York, New Jersey, Delaware, Pennsylvania, Ohio, Maryland, West Virginia, Virginia, North Carolina, and South Carolina. Firms which design or prepare specifications for a construction contract or procurement of supplies cannot provide the construction or supplies. This limitation also applies to subsidiaries and affiliates of the firm. Each potential A/E firm must demonstrate his and each key consultant's qualifications with respect to the following criteria: (1) Office location and access to the Eastern Administrative Support Center. (2) Renovation experience as related to the types of facilities and locations described above. Indicate types, dollar values, and locations of previous projects within the last 5 years to demonstrate range of experience from small jobs to large jobs. Provide names and phone numbers of client references. (3) New construction experience as related to the types of facilities and locations described above. Indicate types, dollar values, and locations of previous projects within the last 5 years to demonstrate range of experience from small jobs to large jobs. Provide names and phone numbers of client references. (4) Experience with projects for Federal Government agencies. Indicate the agencies, locations and types of previous projects. Provide names and phone numbers of client references. (5) Experience with green building and sustainable design projects. Indicate the names and locations of projects and list some of the green building/sustainable design features that were incorporated. (6) Environmental project experience. Indicate types of projects performed such as NEPA studies and hazardous materials assessments and remediation plans for materials such as asbestos and lead paint. (7) Capability of providing the required range of A/E services. Indicate what services will be provided in-house and what services will be subcontracted. Firms must submit the names and supporting qualifications data for all subcontractors. Subcontractors will be considered part of the prime A/E's design team (as if they were in-house personnel), no additional overhead and profit markups will be allowed on subcontracted work. (8) Availability of key personnel. Clearly show the office locations where work will be done and the experience of those that will do the work at those locations. (9) Capability to accomplish the work in the required time. Indicate staff availability, status of current projects and plans to manage multiple concurrent delivery orders. (10) Capability of providing design drawings in Autocad format and specifications in Word or WordPerfect. Firms desiring consideration must submit current Standard Form 254 and Standard Form 255 and any consultant/subcontractor's current SF 254. Block number 10 of the SF 255 must be structured to respond to the selection criteria as listed in this announcement. Responses to this announcement received up to 30 days from the date of issue will be considered for selection. This is not an RFP. Firms responding are requested to clearly differentiate between the personnel of the responding office and branch offices. Numbered Note 24 applies.
- Web Link
- Click here to access our homepage (http://www.easc.noaa.gov)
- Record
- Loren Data Corp. 20010226/RSOL002.HTM (W-053 SN50E361)
| R - Professional, Administrative and Management Support Services Index
|
Issue Index |
Created on February 22, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|