|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 14,1998 PSA#2011Naval Research Laboratory, Attn: Code 3230, 4555 Overlook Avenue, SW,
Washington, DC 20375-5326 C -- DESIGN NEW MEZZANINE BLDG. 240 AT THE NAVAL RESEARCH LABORATORY
SOL N0013-98-R-MN07 POC Contract Specialist, Michelle Nicholl,
Contracting Officer, Carol Parnell (202)7674597 E-MAIL:
synopsis@contracts.nrl.navy.mil, synopsis@contracts.nrl.navy.mil. The
Naval Research Laboratory has a requirement for architectural and
engineering services necessary to Design New Mezzanine, Building 240,
at the The Naval Research Laboratory, Washington, D.C. Award is
anticipated to be made in May 1998. The period of performance of this
contract will be 17 weeks from date of contract award. The work
includes, but is not limited to, providing a design to include plans,
specifications, cost estimates, and calculations necessary for a
construction contract to provide a mezzanine for building 240 at the
Naval Research Laboratory (NRL). Building 240 is a three story building
constructed in 1994 and is currently being used as a laboratory with
support offices. The renovation of building 240 shall include
demolition, alteration, new construction, and/or repair of the
building's HVAC systems, electrical systems, and fire protection
systems. Special design consideration shall be required for the design
of the new foundation system. Construction will occur while the
building remains occupied. It is estimated that the price range for
this requirement is between $25,000 and $100,000. A firm fixed price
contract is anticipated. The estimated cost of construction for this
project is $300,000. . A/E firms responding to this announcement will
be evaluated against the following criteria in relative order of
importance: 1) Specialized experience and technical experience in the
type of work required. Firms should indicate past experience in the
work required by citing examples; (2) Professional qualifications of
personnel and proposed subcontractors for the project. Give examples of
similar projects performed by the team and the duties performed by each
team member; 3) Capacity of the firm to accomplish the work within the
required time limits; 4) Past performance on contracts with Government
agencies and private industry in terms of cost control, quality of
work, and compliance with performance schedules; 5) Location 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; 6) Demonstrated success in
prescribing the use of recovered materials and achieving waste
reduction and energy efficiency in facility design; 7) Volume of work
previously awarded to the firm by the Department of Defense. Those
firms which meet the requirements described in this announcement and
wish to be considered, must submit a standard form 255 to be received
in this office no later than the 30th calendar day after the date of
appearance of the announcement in the CBD. Should the due date fall on
a week-end or holiday, the SF255 will be due the first work day
thereafter. A current standard form 254 is required with the SF255
unless a recent one is on file with this office. The SF255 must clearly
indicate the office location where the work will be performed and the
qualifications of the individuals and subcontracts proposed to work on
the contract and their geographical location. The proposedcontract
listed here is 100 percent set-aside for small business concerns. The
small business size standard for Standard Industrial Classification
Code 8711 is $2.5 million or less based on annual average gross revenue
of a firm taken for the last 3 fiscal years. This is not a request for
proposal. Inquiries should be directed to Michelle Nicholl at (202)
767-4597 mentioning contract number and location. Send copies of the
SF-254's and SF-255's to Contracting Officer, ATTN: Code 3230, Naval
Research Laboratory, 4555 Overlook Ave. S.W., Washington DC 20375-5326;
Telefax 202-767-5896 or 202-767-6197. All responsible sources may
submit SF-254's and SF-255's which shall be considered by the agency.
SYNOPSIS MN07 . Notes 24 & 26 (0012) Loren Data Corp. http://www.ld.com (SYN# 0026 19980114\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|