SOLICITATION NOTICE
C -- ARCHITECTURAL AND ENGINEERING SERVICES
- Notice Date
- 6/19/2006
- Notice Type
- Solicitation Notice
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, DC, 20375
- ZIP Code
- 20375
- Solicitation Number
- N00173-06-R-TA03
- Response Due
- 7/19/2006
- Archive Date
- 6/19/2007
- Description
- The Naval Research Laboratory has a requirement for architectural and engineering services and anticipates awarding two Indefinite Delivery Indefinite Quantity (IDIQ) type contracts as a result of this synopsis. It is anticipated that the maximum quantity required for each contract will be $500,000. The Government will order a minimum of $25,000 in Architectural and Engineering Services and no single order will have a fee in excess of $500,000. Competition for this solicitation will be full and open with preference given to eligible Section 8(a) firms. If no Section 8(a) firms meet the minimum requirements set forth herein, award shall be made to the highest qualified firms regardless of their small business status. (The small business size standard is $4,500,000.) The contractor(s) shall be required to provide multi-disciplined design work with an emphasis on the architectural and engineering disciplines. Design skills must be demonstrated for the following building types: office buildings, industrial warehouses, and general laboratory space. Typical architectural and engineering support may include the following types of efforts: (a) renovation and replacement of HVAC systems, re-design of water systems (internal to the building), installation and extension of sprinkler systems, installation of restrooms, and installation and retrofitting of elevators in existing buildings; (b) modification of electrical systems and upgrading existing building power distribution systems; (c) studies relating to code research, space planning, cost analysis, structural analysis and architectural evaluation; (d) architectural and structural support services, which may include additions and/or significant renovation of existing spaces or buildings; (e) demolition of buildings including removal of hazardous materials and assessment of environment concerns. Asbestos and lead are known to be present; therefore the A&E firm shall identify and provide a design which will accommodate the disposal of these materials in the construction plans and specifications in accordance with applicable rules and regulations. The first order to be placed under one of the two prospective contracts will provide a design to replace the 480 Volt Motor Control Center on the Equipment Room Floor of Building 256. The Motor Control Center will be phased and replaced in a manner so that disruption to building operations will be minimized. The A&E shall verify the load of each combination starter in the Motor Control Center and size the replacement according to the updated information. Also, The A&E shall provide an updated One-Line Diagram of the electrical system of the building. The first delivery order under the second contract will provide a design to replace Chiller No. 4 (one of five 900-Ton chillers in Building A-47. The work will include removing the existing chiller, modifying the foundation and modify the piping to accept the new chiller. The work also includes providing new isolation valves (either gate or ball valves). Hazardous materials (asbestos and/or lead paint) may be present. The A&E must test for these materials and if present, must account for the remediation in the design. The NRL will determine which effort will be assigned to either awardee, based on experience and qualifications. Firms responding to this announcement must do so in accordance with the evaluation criteria listed at FAR 36.602-1 and DFARS 236.602-1, the details of which are being presented below in descending order of importance: (1) The contractor shall provide specialized experience and technical competence in the type of work required, with significant emphasis on Architectural, Civil, Mechanical, Electrical disciplines, and Elevators. This proof of specialized experience and technical competence must include, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. The A&E firm must indicate past experience by citing examples of the work required. Responding A/E firms must address both of the potential projects. (2) The contractor shall provide professional qualifications of personnel and proposed subcontractors for the project. Examples must be provided for similar projects performed by the proposed team and the duties performed by each of the team members. If the proposed team has not worked together before, the firm must provide experience of the individuals with their proven ability to work in a diverse team environment. (3) Each contractor must also provide convincing evidence of the firm's, as well as, the entire team's capacity to accomplish the work within the required time limits (usually nine weeks for the average projects plus Government review time). It is very important to demonstrate the ability juggle workload and to manage a number of projects at one time, such as would be required in an IDIQ type contract environment. (4) The contractor must provide past performance information on contracts with Government agencies and private industry, which demonstrates cost control, quality of work, and compliance with performance schedules. Demonstrating this should include, at minimum, items such as letters of commendation/appreciation, a list of contracts, preferably IDIQ type contracts with multiple orders, the points of contact and phone numbers for references. Preference will also be given to those firms with appropriate superior performance evaluations on recently completed Department of Defense (DoD) contracts. (5) Contractors will also be evaluated on their location, which typically should be in the general geographic area of the project, provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Contractors must be sure to include the location of each of the proposed subcontractors. (6) Contractors must provide the volume of work previously awarded to the firm by the DoD (for the last twelve months). Those firms that meet the requirements described in this announcement, and wish to be considered, must respond no later than 4:00 P.M. EST on the response date specified herein. It is anticipated that the two IDIQ type contracts be awarded as a result of this synopsis will have a period of performance of 24-months from the date each contract is awarded. All questions should be directed to the point of contact below. All interested parties must send one copy of their SF-330, using the mailing address set forth herein, to Contracting Specialist, ATTN: Code 3230.TA. All proposals must be submitted no later than 3 pm, local time, on or before the response date set forth herein. Questions regarding this announcement may be submitted via email, facsimile or mail, however, proposals submitted via email or facsimile will not be accepted. The package should be marked with the solicitation number, due date and time. The U.S. Postal Service continues to irradiate letters, flats, Express and Priority Mail with stamps for postage and other packages with stamps for postage destined to government agencies in the ZIP Code ranges 202 through 205. Due to potential delays in receiving mail, offerors are encouraged to use alternatives to the mail when submitting proposals. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm
- Place of Performance
- Address: Contractor Facility
- Record
- SN01073304-W 20060621/060619222558 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |