Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 4,2000 PSA#2593

Officer In Charge Of Navfac Contracts, Building 135, Box 26, Naval Submarine Base New London, Groton, CT 06349-5026

C -- ARCHITECT/ENGINEER SERVICES FOR ROOF REPAIR PROJECTS AT THE NAVAL SUBMARINE BASE NEW LONDON SOL N62472-00-D-5509 DUE 051900 POC Mabel Soo Hoo (860) 694-3938 Contracting Officer Paul Krug (860) 694-4563 Architect/Engineer services for roof repair projects located at the Naval Submarine Base New London. Contract options will be exercised at the discretion of the Government for Post Construction Award Services for shop drawing review/approval, consultation during construction, construction inspection services and preparation of record drawings. The A/E is required to provide three separate construction contracts for the following projects: Project #1 -- roof replacement on 20 existing ammo storage magazines consisting of steel formed, poured in place reinforced concrete. Project # 2 -- Roof repairs and replacement on building 436. Project # 3 -- Roof repairs and replacement on building 440. The work includes site investigations, development of plans, contract drawings, specifications, and cost estimates for complete repairs and replacement of the roofs and its appurtenances. The work shall be done on "F" size drawings using AutoCADD; specifications shall be prepared from the NAVFAC Guide Specifications in SPECSINTACT w/SGML for Windows format. An asbestos/lead assessment and report is required to determine the presence of asbestos and lead paint. The report shall identify all existing roof materials that contain asbestos or lead, include a drawing showing locations of section cuts sampled and type of materials sampled. The data and sample results shall also be indicated on the removal drawings of the construction contract. Firms unable to accept work which may involve asbestos and lead need not apply. Significant evaluation factors (in order of importance) are as follows: (1) Specialized experience of the firm in the type of work required. (2) Professional capacity of the firm to accomplish the work within three (3) months from date of award. (3) Professional qualifications of the staff to be assigned to this project. (4) Innovative design capability. (5) Adequacy and qualification of subcontractors and consultants. (6) Past experience, if any, of the firm with respect to Department of Defense contracts. (7) Design Quality Control procedure. (8) Present workload. (9) Location of firms in the general geographical area of the projects, provided that there is an appropriate number of qualified firms therein for consideration. (10) Volume of work previously awarded to the firm by the Department of Defense. A/E firms which meet the requirements described in this announcement are invited to submit completed Standard Form 254 and Standard Form 255, Architectural-Engineer qualifications to the ROICC office (unless already on file). Firms responding to this announcement within 15 days will be considered for selection. Respondents may supplement this proposal with graphic material and photographs which best demonstrate design capabilities of the team proposed for the project. This is not a request for proposal.***** Posted 05/02/00 (W-SN450251). (0123)

Loren Data Corp. http://www.ld.com (SYN# 0024 20000504\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page