|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 15,1995 PSA#1491Contracting Officer, Naval Facilities Engineering Command, Engineering
Field Activity Chesapeake, (Attn: Code 02AE), Washington Navy Yard,
Bldg 212, 901 M Street SE, Washington Washington, DC 20374-5018 C -- WARFARE ANALYSIS FACILITY ADDITION, JAWC, DAHLGREN, VA SOL
N62477-95-C-0110 DUE 012396 POC Contact Randolph Jones, POC,
202-685-3152, KO/Bonnie Clark The work requires Architectural and
Engineering Services necessary to design and construct the 9,000+
square meter Warfare Analysis Facility Addition. It will consist of a
permanent, two-story reinforced masonry building addition constructed
to Sensitive Compartmented Information Facility (SCIF) standards,
raised computer flooring, and complete with all fire protection/alarm
systems, environmental and equipment heating/cooling system, security
system, security vaults, telephone communications & NSWC Network (NSWC
Net) computer data communications, site improvements and all necessary
utilities. The proposed construction also includes grounding,
mechanical and high security area fencing, access roads, parking,
sidewalks, and utility connections. Interior design services are
required - familiarity with mandatory sources of procurement, i.e.,
Federal Prison Industries (FPI), GSA schedules, etc. are required. The
preparation of a comprehensive stormwater management plan for the
State of Virginia is required. Although none is now known, the
possibility of hazardous materials, i.e., asbestos, may exist. If
hazardous materials are encountered, the A/E contractor will be
required to conduct hazardous material removal surveys, including
testing and sampling, provide design removal procedures and prepare
construction contract documents in accordance with applicable rules and
regulations pertaining to such hazardous materials. All hazardous
materials licenses and/or accreditations necessary for the locality of
the project site are required by the A/E firm or their subcontractor.
The general intention is to provide for such design and engineering
services as necessary to support the procurement of this project.
Services, such as technical reports and studies, site investigations,
contract documents (drawings, specifications and construction cost
estimates), surveys, shop drawings reviews, construction consultation
and inspection, and construction record drawings, may be required at
any time up to the final acceptance of all ork. The selected firm for
this project will be required to participate in an orientation and site
visit meeting within seven days of notification and provide a fee
proposal within ten days after receiving the Request for Proposal. This
will be a firm fixed price A/E contract. The estimated start date is
March 1996. The total estimated cost of construction is between $15 and
$20 million. Selection evaluation criteria, in relative order of
importance are included below. 1. Specialized experience and
professional qualifications of the architectural/engineering firm (with
its subcontractors), and the proposed project team in the following
areas: a. providing complete engineering services for the studies and
verification of cost requirements as described herein; b. providing
complete design and engineering services for separate construction
contract document requirements described herein; 2. Demonstrated
capabilities in sustained accomplishment of projects within established
time limits; 3. past performance and process of the prime A/E firm (and
subcontractors) in an internal quality control/quality assurance
(QC/QA) program to assure coordinated technically accurate studies and
verification of costs, and accurate plans, specifications, and
construction cost estimates; 4. the firm's and project team's present
workload; 5. preference will be given to firms with the capability of
using CAD, SPECSINTACT and the Cost Engineering Systems (CES) for the
separate construction contract document requirements. Each firm's past
performance(s) and performance ratings will be reviewed during the
evaluation process and can affect the selection outcome. Firms which
meet the requirements listed in this announcement are invited to submit
one copy each of the completed Standard Form (SF) 254 and SF 255, U.S.
Government Architect-Engineer Qualifications, to the office indicated
below. Site visits will not be arranged during the advertisement
period. This proposed contract is being solicited on an unrestricted
basis. Should the due date fall on a weekend or an official Government
holiday, the SF 255 is due on the first workday thereafter. Firms
having a current SF 254 on file with this office may also be
considered. Interested firms are requested to include telefax numbers,
the Contractor Establishment Code (CEC) and Taxpayer Identification
Number (TIN) on the SF 254 and SF 255 in block 3a and 1, respectively.
In blok 10, state why your firm is specially qualified based on the
selection evaluation criteria. Also, use block 10 to provide additional
information desired by your firm. Only the SF 254 and SF 255 will be
reviewed. Experiences identified in block 8 should not be more than 5
years old. The primary person proposed to be the direct contact with
EFA CHES for the contract work must be identified as the ''Project
Manager''. Information in the cover letter and any other attachments
will not be included in the official selection process. Submit the SF
254 and 255 to the mail room in EFA CHES building, Building 212, by
3:30pm on the due date. Fax copies of the SF 254 and 255 will not be
accepted. This is not a request for proposal. Selected firms may be
subject to an advisory audit performed by the Defense Contract Audit
Agency. EEO compliance is required. Because this contract acquisition
could eventually result in an award over $500,000.00, a subcontracting
plan is required by large business concerns. The small disadvantaged
set-aside goals in that subcontracting plan shall not be less than 5%.
This does not apply if the prime firm is a small business concern.
Contracting Officer, Naval Facilities Engineering Command, Engineering
Field Activity, Chesapeake, Building 212, 901 M Street SE, Washington,
DC 20374-5018. (0347) Loren Data Corp. http://www.ld.com (SYN# 0011 19951214\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|