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