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