Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 14,1998 PSA#2011

Naval 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