Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2002 FBO #0355
SOLICITATION NOTICE

C -- INDEFINITE QTY CIVIL AND STRUCTURAL ENGINEERING DESIGN AND ENGINEERING SERVICES AT UNITED STATES NAVAL ACADEMY, ANNAPOLIS, MARYLAND

Notice Date
11/20/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Chesapeake, ROICC Annapolis, Haligan Hall 181, Wainwright Road US Naval Academy, Annapolis, MD, 21402-51-3
 
ZIP Code
21402-51-3
 
Solicitation Number
N62477-03-R-0505
 
Response Due
12/23/2002
 
Archive Date
1/7/2003
 
Point of Contact
Teresa Rutter, Contract Specialist, Phone 410-293-3188, Fax 410-293-4383, - Sandra Soderstrom, Contract Specialist, Phone (410) 293-3163, Fax (410) 293-4383,
 
E-Mail Address
revnelltb@efaches.navfac.navfac.navy.mil, soderstromsk@efaches.navfac.navy.mil
 
Description
MISCELLANEOUS CIVIL & STRUCTURAL ENGINEERING DESIGN & ENGINEERING SERVICES, U. S. NAVAL ACADEMY, ANNAPOLIS, MD SOL N62477-03-R-0505. The work requires Civil and Structural Engineering Design and Engineering Services necessary for the preparation of plans and specifications complete and ready for bidding accompanied by cost estimates and design calculations for projects at the U. S. Naval Academy, Annapolis, MD. Other services that may be required are studies, land surveys, mapping, landscape design, archeological investigation, permits (storm water management, sediment and erosion control, etc.), soil borings and other testing, reviewing of shop drawings, construction consultation and construction inspection services. Title II construction record drawings and post construction award services (PCAS) may be required at any time up to the final acceptance of all work. Projects will include work on a variety of buildings and facilities including Historic Structures and other cultural resources at the U. S. Naval Academy. The types of projects will include, but not be limited in scope to inspection, repair, alteration and/or new construction for roads, parking areas, bulkheads, athletic facilities, repair and replacement of treatment and distribution systems for potable water, storm and sanitary sewer systems. Although none is now known, the existence of asbestos, lead, or other hazardous materials in the areas of the projects is possible and the A/E may be required to identify, test and provide design which will accommodate the disposal of this material in construction plans and specifications in accordance with applicable rules and regulations pertaining to such hazardous materials. A/E must test, in accordance with government regulations, any confined space he/she enters to insure a gas free condition. Also, before entering spaces containing asbestos, he/she must be medically approved for and wear an appropriate respirator and clothing. Individual fees for any one project may not exceed $250,000. The duration of the contract will be for the period of one year with four option periods. If exercised, the A-E will receive official notice at least 60 days prior to the end of the first year. Each project will be a firm fixed price A-E contract. Subject to necessary changes, the total amount will not exceed 2.5 million for the total base and four option periods. A minimum of $25,000 is guaranteed for the overall project (base/including any options). A specific initial project has not been identified for this indefinite quantity contract. Other types of projects mentioned above, which may be added by task order, will require the same basic professional skills and in addition will involve development of plans, specifications, cost estimates, design calculations and post construction award services. Selection criteria, in relative order of importance are included below. 1) Specialized experience and technical competence in the type or work required including work on academic buildings and support facilities utilizing in-house personnel for civil/structural engineering, cost estimating, CAD design using AUTOCAD 2000, and specifications using SPECSINTACT and Word 2000; and (2) Firms not having full in-house capability MUST DEMONSTRATE how they will manage subcontractors and insure quality control; (3) Capability of the firm to accomplish the work WITHIN the required time, considering such factors as loss of key personnel and volume of other work, i. e. multiple (simultaneous) task orders within the required time limits; (4) PROXIMITY of the firm TO THE Baltimore-Washington area to include the U. S. Naval Academy; (5) PAST experience, if any, of the firm with respect to performance of DOD (Department of Defense) A-E contracts. Volume of work previously awarded to firm by DOD shall also be considered, with the object of effecting an equitable distribution of DOD A-E contracts. Each firms past performance(s) and performance ratings WILL be reviewed during the evaluation process and can affect the selection outcome. Architect-Engineer firms which meet the requirements listed in this announcement are invited to submit one copy each of the completed Standard Form 254 and SF 255, U. S. Government Architect-Engineer Qualifications to the office indicted below. Personal visits for the purpose of discussing the project are discouraged and site visits will NOT be arranged. Only firms responding to this announcement by CLOSE OF BUSINESS on the RESPONSE DATE OF 23 December 2002 will be considered. (CONSIDER HOLIDAY MAIL DELIVERY WHEN SENDING YOUR PACKAGES - mail or deliver early when at all possible). Firms having a current SF254 on file with this office may also be considered. Interested firms are requested to include telefax numbers on their SF 254 and SF 255. This is not a request for proposal. Joint ventures and Small Disadvantaged Businesses are encouraged to submit. ADRESS OUTSIDE MAILING LABEL AND SUBMIT TO: Resident Officer in Charge of Contracts, 181 Wainwright Road, Halligan Hall, U. S. Naval Academy, Annapolis, MD 21402-5013, ATTENTION; TERESA B. RUTTER, CONTRACTING OFFICER.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVFAC/N62477USNA/N62477-03-R-0505/listing.html)
 
Place of Performance
Address: Resident Officer in Charge of Contracts United States Naval Academy 181 Wainwright Road Annapolis, MD
Zip Code: 21402-5013
Country: USA
 
Record
SN00208706-F 20021122/021120220155 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may 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.