|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 9,1999 PSA#2472Portsmouth Naval Shipyard, Facilities and Maintenance Department, Bldg.
237, Code 914VC, Portsmouth, NH 03804-5000 C -- ARCHITECTURAL AND MULTI-ENGINEERING DISCIPLINE PROJECTS -- 2000
SOL N62472-00-D-7500 DUE 121699 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 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 the preparation of design
analysis, contract drawings, specifications, and cost estimates to
convert an existing two story waterfront shop building for use as
office, classroom, lunch room, locker room and shop space at the
Portsmouth Naval Shipyard. Final Submission package will include one
compact disk with design analysis using Microsoft 97, cost estimates
using WINESTIMATE, contract specifications using SPECSINTACT, and
drawings using AutoCAD; and one compact disk with all contract
documents, specifications, and drawings in Adobe PDF format along with
electronic signatures using PenOp software. Design services may
include architectural, civil, structural, mechanical and electrical
work. Knowledge and experience with space planning, repair, renovation
of National Historic Register building to Federal standards, and
American Disabilities Act is required. This initial project will be the
guaranteed minimum for this contract. Other similar work, which may be
added to the contract for a period of one year from the date of award,
may include similar work in quarters or in administrative and
industrial spaces throughout the Shipyard; upgrading areas to meet life
safety code requirements; Historic American Building Survey (HABS)
Recordation; Military Construction project documentation including, but
not limited to, preparation of Military Construction Data Sheets and
Facilities Studies (Forms 1391 and 1391c); Life Cycle Cost Analysis
Summary; and Environmental Assessments. Significant Evaluation Factors
(in order of importance): (a) qualifications and recent experience of
people with respect to interior building renovations, (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.:
N62472-00-D-7500 (number must be cited on SF255). Type of Contract:
Firm Fixed Price. Estimated Start Date: April 2000. Estimated
Completion Date: March 2001. 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. All information relating to the firm's
qualifications must be contain in the Standard Forms. Inclusions by
reference to other material are not acceptable. An SF254 is also
required for each subconsultant firm who will be providing services for
this contract. One copy of each form must reach Code 914VC by 3:00 PM
on 16 December 1999. Facsimile copies will not be accepted. 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
evaluations factor listed above. Solicitation packagesare not provided
for A/E contracts. This is not a request for proposal. See Note 24.
Posted 11/05/99 (D-SN398620). (0309) Loren Data Corp. http://www.ld.com (SYN# 0026 19991109\C-0010.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|