Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2002 FBO #0056
SOLICITATION NOTICE

C -- A&E services for various mechanical & electrical engineering projects

Notice Date
1/25/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northeast, ROICC Newport, Naval Activities Building #1, Newport, RI, 02840
 
ZIP Code
02840
 
Solicitation Number
N62472-02-R-6906
 
Response Due
3/11/2002
 
Archive Date
3/26/2002
 
Point of Contact
Vicky Montani, Procurement Technician, Phone 401-841-2545x109, Fax 40-841-1349, - Karen Sampson, Supv. Contract Specialist, Phone 401-841-2543 x103, Fax 401-841-1349,
 
E-Mail Address
montaniv@efane.navfac.navy.mil, sampsonkl@efane.navfac.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Architect-Engineer Services for Various Mechanical and Electrical Engineering Projects at the Naval Complex, Newport, Rhode Island This acquisition is 100% SET ASIDE FOR SMALL BUSINESS. NAICS Code 541310 and the size standard is $4,000,000.00. Architectural and Engineering services are required for the preparation of plans, specifications, cost estimates and/or surveys and preparation of reports for several projects at the Naval Complex, Newport, RI, each of which will feature requirements in Mechanical and Electrical Engineering. Also included may be: checking of shop drawings, preparation of "as-built" drawings, and consultation during construction. There may be asbestos, lead paint, pcb?s, or other hazardous waste connected with projects that may be included in this contract. The firm selected for this contract must be familiar with the preparation of specifications and cost estimates utilizing Naval Facilities Engineering Command (NAVFAC) SPECINTACT program and CES format. Construction cost ranges for these projects are various. Services will be required within one year of the date of the contract award under the basic contract. There will be an option to extend the contract for an additional year. The Government reserves the right to exercise the option for this contract. The guaranteed minimum is the first task order of the base year. Subject to necessary changes, the total A/E fee that may be paid under this contract will not exceed $500,000 for the total of the base year plus the option year. It is anticipated that the Base year and Option year will not each exceed $250,000, however the $250,000 annual limit may be exceeded provided that $500,000 is not exceeded over the 2 year period. AE firms responding to the announcement will be evaluated on the above requirements based on the following criteria in relative order of importance. Selection Evaluation Criteria (a) Experience and capabilities in all phases of building mechanical and electrical engineering with a special emphasis on work in existing occupied institutional facilities including but not limited to classrooms, offices, dormitories, hotels, natatoriums, gymnasiums, police and fire stations, child daycare centers, laboratories, museums, dining facilities, computer rooms, conference centers, and retail shopping stores. Experience should include but not be limited to refrigeration for food storage, high pressure district steam, natural gas, propane, environmental emissions, fire protection, plumbing, electrical service entrances, electrical transformers, telecommunication/IT, fiber-optics, hazardous waste treatment (such as asbestos, lead paint, and PCB?s) and fuel oil storage tanks. (b) Professional qualifications of staff to be assigned with special emphasis on field personnel to be utilized. Typical staff licensing should include but not be limited to the following: PE, CIPE, CEM, CPE, and CEP. (c) Capacity to do the work in the required time (d) Performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules (e) Quality control program (f) Location of firms in the general geographical area of the projects, provided there is an appropriate number of qualified firms therein for consideration (g) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design (h) Volume of work previously awarded to the firm by the Department of Defense in the past 12 months (i) Performance evaluations on recently completed DoD contracts Engineering firms which meet requirements described in this announcement are invited to submit a completed Standard Form 254 Architech-Engineer and related service questionnaire and a Standard Form 255, Architech-Engineer and related service questionnaire for the specific project to ROICC, NAVFAC Contracts, Bldg. 1, Simonpietri Drive, Newport, RI. 02841-1712. Firms responding to this announcement by 11 Mar, 2002 will be considered. ALL CONTRACTORS ARE ADVISED THAT REGISTRATION IN THE DOD CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE IS REQUIRED PRIOR TO AWARD OF A CONTRAACT. FAILURE TO BE REGISTERED IN THE CCR MAY RENDER YOUR FIRM INELIGIBLE FOR AWARD. ALL FIRMS ARE ENCOURAGED TO REGISTER IN http://esol.navfac.navy.mil to download information. No information will be sent via mail.
 
Place of Performance
Address: Naval Complex, Newport,RI
Zip Code: 02841
Country: USA
 
Record
SN20020127/00018986-020125210204 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.