|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 28,1998 PSA#2169Portsmouth Naval Shipyard, Facilities and Maintenance Department, Bldg.
237, Code 914VC, Portsmouth, NH 03804-5000 C -- EXTERIOR ARCHITECTURAL AND MULTI-ENGINEERING SERVICES -- 1999 SOL
N62472-98-D-6567 DUE 100698 POC Point of Contact-Vivian A. Carignan,
Contract Specialist, (207)438-5549 E-MAIL: Portsmouth Naval Shipyard,
vac_c910@ports.navy.mil. Scope of Services: Architectural and
engineering services at the Portsmouth Naval Shipyard, Kittery, ME for
an indefinite quantity contract for developing and performing
preventative roof maintenance program surveys, and for the preparation
of contract drawings, specifications prepared using the SPECSINTACT
system, design analyses, cost estimates, and AutoCAD compatible disks.
Post construction award options such as shop drawing review/approval,
consultation during construction and Title II inspection may be
included. There will be no dollar limit per project. The total fee that
may be paid under this contract (include one option year) will not
exceed $500,000. The duration of this contract will be for one year
from the date of the initial contract award with an option for one
additional one-year period which may be exercised at the discretion of
the Government subject to workload and/or satisfaction of A/E
performance under the subject contract. Asbestos/lead paint may be
encountered during design of all projects under this contract. The
Government will perform all sampling and testing of these materials and
provide all technical specifications required. The A/E shall identify
these areas on contract drawings, quantify the removals required, and
retain the services of an Industrial Hygienist if necessary to assist
in the preparation of cost estimates. Initial Project: Provide
architectural and engineering services for developing and performing
preventative roof maintenance program surveys at the Portsmouth Naval
Shipyard. Roofing systems to be surveyed may include, but not be
limited to, single ply, multi-ply, metal, asphalt, fiberglass, and
slate shingles installed on various roof decks. The buildings are
predominately on the Shipyard's register of historical facilities.
Methods of inspection will include visual, mechanical, and
non-destructive (for suspect moisture infiltration). Survey will
include, but not be limited to, checking roof components, identifying
deficiencies requiring corrective action and budget type cost
estimating, developing long-range preventative maintenance needs,
recording observed conditions that may impact the long-term performance
of the roof system, and establishing roof condition indices. All
preventative roof maintenance program survey documentation shall be
provided in an engineering management system format that can be
integrated into the Shipyard's existing Geographic Information System
(GIS). Design services may include incidental structural, mechanical
and electrical work. This initial project will be the guaranteed
minimum for this contract. Follow-on projects may include preparation
of design analysis, contract drawings, specifications prepared using
the SPECSINTACT system, cost estimates, and AutoCAD compatible disks,
for repairs to the entire exterior envelope of various buildings. Other
similar work may be added to the contract for a period of one year from
the date of award. Significant Evaluation Factors (in order of
importance): (a) qualifications and recent experience of people with
respect to developing and performing preventative roof maintenance
program surveys and design related to exterior building envelope, (b)
past performance with respect to quality of work and compliance with
performance schedules and cost constraints, (c) location of the firm in
the general geographical area of the project and knowledge of the
locality, (d) past experience, if any, with respect to performance on
Department of Defense contracts, (e) present workload and ability to
accomplish work within the required time frame, (f) demonstrated
success in prescribing the use of recovered materials and achieving
waste reduction and energy efficiency in facility design, (g) extent of
participation of small businesses, including small disadvantaged
businesses, historically black colleges and universities, and minority
institutions on the proposed contract team as measured as a percentage
of the estimated effort, and (h) volume of work awarded by the
Department of Defense within the last 12 months. Contract No.:
N62472-98-D-6567 (number must be cited on SF255). Type of Contract:
Firm Fixed Price. Estimated Start Date: Apr 1999. Estimated Completion
Date: Apr 2000. Estimated Cost of Construction: $50,000 -- $3,000,000
per project. A/E firms which meet the requirements described in this
announcement are invited to submit complete, updated SF254 and SF255
forms. One copy of each form must reach Code 914VC by 3:00 PM on 6
October 1998. No material will be returned. Clearly show
qualifications, relative experience, and office location of the Project
Manager and key individuals who will be assigned to this contract,
including those who will be providing design support services. If the
Government Board cannot clearly identify the key individuals who will
be assigned to this contract, the firm will not be short listed.
Specifically address each significant evaluation factor listed above.
This is not a request for proposal. See Note 24. Posted 08/26/98
(D-SN241967). (0238) Loren Data Corp. http://www.ld.com (SYN# 0022 19980828\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|