COMMERCE BUSINESS DAILY ISSUE OF JANUARY 2, 2001 PSA #2758
SOLICITATIONS
C -- ARCHITECTURAL AND ENGINEERING SERVICES
- Notice Date
- December 28, 2000
- Contracting Office
- Naval Research Laboratory, Attn: Code 3230, 4555 Overlook Avenue, SW, Washington, DC 20375-5326
- ZIP Code
- 20375-5326
- Solicitation Number
- N00173-01-R-LS01
- Point of Contact
- Contract Specialist, Lisa Fleming, Code 3230.LS 202-767-3739, Contracting Officer, Carol Parnell, Code 3230.CP 202-767-3739
- Description
- The Naval Research Laboratory anticipates awarding two Indefinite Delivery Indefinite Quantity (IDIQ) type contracts for architectural and engineering services. The award is expected to be made within four months from the date that this synopsis appears in the Commerce Business Daily (CBD). It is estimated that the maximum total fees of orders to be placed under either contract will not exceed $500,000. The minimum value the Government will be required to order will be $5,000. No single order will have a fee in excess of $300,000. The Naval Research Laboratory has a requirement for architectural and engineering services. The contractor shall provide multi-disciplined design work with an emphasis on the architectural discipline. Design skills must be shown for the following building types: office buildings, industrial warehouses, and general laboratory space. Typical work may include the following types of efforts: (a) architectural and structural support services such as, additions and/or significant renovation of existing spaces or buildings; (b) demolition of buildings including removal of hazardous materials and assessment of environmental concerns; (c) studies relating to code research, space planning, cost analysis, structural analysis and architectural evaluation; (d) renovation and replacement of HVAC systems, re-design of water systems (internal to the building), installation and extension of sprinkler systems, installation of restrooms, and installation and retrofitting of elevators in existing buildings; and (e) modification of electrical systems and upgrading existing building power distribution systems. Asbestos and lead is known to be present. As part of either contract, the A&E firm shall identify and provide designs which will accommodate the disposal of these materials in the construction plans and specifications in accordance with applicable rules and regulations pertaining to hazardous materials. The first order to be placed under one of the two contracts will be for the design of an addition to the base-wide Auditorium and Conference Center. The addition will provide an area to support the existing 150-person meeting/training spaces, additional restroom facilities, access between the three levels on the single-story structure, space for the storage of tables and chairs, exterior landscaping and other miscellaneous related work. The area of the addition is approximately 3,000 square feet and will fill the area between existing buildings. The first order to be issued under the second potential contract will be for the demolition of five small buildings (approximate area of 10,000 square feet) at the Chesapeake Bay Detachment of the Naval Research Laboratory. The buildings are known to contain hazardous materials and past operation may have contaminated the soil surrounding the buildings. Remediation of hazards is required. The NRL will determine which effort will be assigned to either awardee, based on experience and qualifications. Firms responding to this announcement must do so in accordance with the requirements set forth in Note 24 and the evaluation criteria listed at FAR 36.602-1 and DFARS 236.602-1. More Specifically, the evaluation criteria are as follows, listed in descending order of importance: (1) Provide specialized experience and technical competence in the type of work required, with significant emphasis on Architectural, Civil, Mechanical, Electrical disciplines, and Elevators. This proof of specialized experience and technical competence must include, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. The A&E firm must indicate past experience by citing examples of the work required. Responding A/E firms must address both of the potential projects. (2) Provide professional qualifications of personnel and proposed subcontractors for the project. Examples must be provided for similar projects performed by the proposed team and the duties performed by each of the team members. If the proposed team has not worked together before, provide experience of the individuals with their proven ability to work in a diverse team environment.; (3) Provide evidence of the firm's as well as entire the team's capacity to accomplish the work within the required time limits (usually nine weeks for the average projects plus Government review time). It is important to demonstrate the ability to juggle workload and management a number of projects at one time; (4) Give past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Demonstrating this should include things such as letters of commendation/appreciation, a list of contracts, preferably IDIQ type contracts with multiple orders, the points of contact and phone numbers for references.; (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; be sure to include subcontractors, if proposed. (6) Provide the volume of work previously awarded to the firm by the Department of Defense (for the last twelve months). Those firms that meet the requirements described in this announcement, and wish to be considered, must respond no later than the 30th calendar day after the appearance of the announcement in the CBD. Should the date fall on a legal holiday or a weekend, the response will be due the first work day thereafter. The two potential contracts addressed herein will be awarded under full and open competition. It is anticipated that the two IDIQ type contracts to be awarded as a result of this synopsis will have a 24 month period of performance from the date the contracts are awarded. This is not a request for proposal. All questions should be directed to Lisa Fleming, Contract Specialist, (202) 767-3739 or via e-mail to the following address: fleming@contracts.nrl.navy.mil. All interested parties must send copies of SF-254's and SF-255's to Contracting Officer, ATTN: Code 3230 LS, Naval Research Laboratory, 4555 Overlook Avenue SW, Washington DC 20375-5236.
- Web Link
- http://heron.nrl.navy.mil/contracts/rfplist/htm (http://heron.nrl.navy.mil/contracts/rfplist/htm)
- Record
- Loren Data Corp. 20010102/CSOL004.HTM (W-363 SN5097X9)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on December 28, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|