Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 16,1995 PSA#1452

NORTHERN Division, NAVAL FACILITIES ENGINEERING COMMAND, 10 INDUSTRIAL Highway, MAIL STOP #82, LESTER, PA 19113-2090

C -- ENGINEERING AND DESIGN SERVICES FOR VARIOUS MULTI-DISCIPLINE PROJECTS IN THE STATES OF DE, PA, NY, NJ, MA, CT, RI, NH, ME, AND VT. SOL N62472-95-D-1401 DUE 110795 POC Contact Point, ANTHONY TETI, (610)-595-0643 Additional Contact Point, EDMOND HINES, (610)-595-0580 Engineering and design services for an indefinite quantity contract for the preparation of engineering studies, plans, specifications, and cost estimates for various multidiscipline projects in the states of PA, NY, NJ,MA, CT, RI, NH, VT, ME, and DE. The work includes but is not limited to: project development, electronic deliverables(in accordance with Northern Division's CADD policy), specs(using the Specs intact system), and cost estimates(the NAVFAC CES program) for new facilities and upgrades of existing facilities. Contract options will be exercised at the discretion of the government for post construction contract award services including shop drawing review/approval, consultation during construction, construction inspection services, and preparation of record drawings. The initial three projects, a result of Base Realignment & Closure, consist of the relocation of 3 research and development laboratories presently located at Annapolis, MD to the U.S. Naval Base in Philadelphia, PA. These projects are as follows: P184U - Advanced Machinery Systems R & D Facility, NAVSSES, Phila.,PA. - Modify building(s) at Phila. Naval Base to house the propulsion systems lab, auxiliary machinery lab, advanced systems lab, the non-CFC development lab, light lab spaces, and associated engineering office space. Modifications to existing facilities could include, interior partitions and doors, HVAC, complex A/C & DC electrical distribution systems, lighting, cooling water & CW systems, fire alarm systems, electronic info management systems, and data transfer systems. P185U - Acoustic Research and Development Facility, NAVSSES, Philadelphia, PA - Modify building(s) at the Philadelphia Naval Base to accommodate the acoustic and fluids dynamics laboratory and office spaces. Modifications could include installation of acoustically isolated walls and foundations, interior partitions and doors, HVAC, complex A/C and DC electrical distribution systems, lighting, cooling water and chilled water systms, fire alarm and suppression systems, electronic information management systems, and data transfer systems. Construction of an additional facility for an anechoic text facility including a bridge crane and pressure tank may be required. P186U - Electrical Power Systems Research and Development Facility, NAVSSES, Philadelphia, PA - Modify building(s) at the Philadelphia Naval Base to house the electrical power technology, electric propulsion, advance electric propulsion, super conductivity, pulse power, light lab spaces and associated engineering office space. Modifications to existing facilities could include, interior partitions and doors, HVAC, complex A/C and DC electrical distribution systtems, lighting, cooling water and chilled water systems, fire alarm and suppression systems, electronic information management systems, and data transfer systems. Construct a Secure Compartmented Information Facility (SCIF) within the buildings. Additional projects may include: new construction, building alterations & renovations including building systems(HVAC, lighting, plumbing, etc); building demolition; personnel relocation; utility systems; installed equipment & information systems in R&D; training, admin, & industrial facilities; site improvements; and living quarters. Removal of associated asbestos and lead paint may also be anticipated. The following pre-priced options may be exercised at the discretion of the government: assessment studies, 0-35%, 35-100% design, and Post Construction Contract Award Services such as shop drawing preparation of record drawings. Options are normally exercised within several months of completing prior work, however, delays of up to one year are possible. As part of this contract, an asbestos assessment may be required to determine the presence of asbestos material during removals/demolition or at utility points of connections. Significant Evaluation Factors (In Order of Importance): 1. Multi-discipline experience (including structural, civil, mechanical, electrical, fire protection, and architectural design) of the firm in the assessment, technical evaluation, and design of building alterations, renovations, additions, and new construction for primarily R & D laboratories & test/industrial facilities and utility distribution systems such as electrical systems, fire protection, sanitary and storm sewer systems, potable water systems, pumping stations, and steamdistribution and re-routing. 2. Professional qualifications of staff to be assigned to this contract (including those of any consultants). 3. Capacity of the assigned team to accomplish the work within the required time constraints. 4. Past performance with respect to quality of work and compliance with performance schedules (emphasis on D.O.D. work). 5. Location of the firm in the general geographical area of the project and knowledge of the locality of the project, provided that there is an appropriate number of qualified firms therein for consideration. 6. List the small or disadvantaged or women-owned business firms used as primary consultants or as subconsultants. 7. Volume of work previously awarded to the firm by the Department of Defense. Estimated Construction Cost: $10,000,000 to $50,000,000. Type of Contract: Firm-Fixed Price. Estimated Start Date: January 1996. Estimated Completion Date: January 1998. A/E firms which meet the requirements described in this announcement are invited to submit completed Standard Forms 254 and 255 to the office shown above. Firms responding to this announcement by 07 November 1995 will be considered. Respondents may supplement this proposal with graphic material and photographs which best demonstrate capabilities of the team proposed by the project. No material will be returned. This is not a request for proposal. The contract minimum will be the award of one initial project. The guarantee minimum for the second year period is $5,000. THERE WILL BE NO DOLLAR LIMIT PER PROJECT. THE TOTAL FEE (BASE YEAR PLUS THE ONE YEAR OPTION) THAT MAY BE PAID UNDER THIS CONTRACT WILL NOT EXCEED $5,000,000. THE DURATION OF THIS CONTRACT WILL BE FOR ONE YEAR WITH AN OPTION FOR AN ADDITIONAL YEAR. THE TOTAL FEE FOR THE OPTION YEAR WILL BE LIMITED TO $5,000,000 MINUS ANY FEE FOR WORK ORDERED DURING THE BASE YEAR. THIS OPTION MAY BE EXERCISED AT THE SOLE DISCRETION OF THE GOVERNMENT SUBJECT TO WORKLOAD AND/OR SATISFACTION OF A/E PERFORMANCE UNDER THE SUBJECT CONTRACT. Since this contract may result in an award fee in excess of $500,000, a small business subcontracting plan will be required if the selected firm is a large business concern. The small disadvantaged business set-aside goals in the plan shall not be less than 5% of the subcontracted work. (0285)

Loren Data Corp. http://www.ld.com (SYN# 0017 19951013\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page