Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2003 FBO #0498
SOURCES SOUGHT

C -- A/E Design Services at the Naval Submarine Base New London, Groton, CT, Base plus one option year.

Notice Date
4/10/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northeast, ROICC New London, Box 26 Naval Submarine Base - New London, Groton, CT, 06349
 
ZIP Code
06349
 
Solicitation Number
N62472-03-D-6093
 
Archive Date
5/27/2003
 
Point of Contact
Mabel Soohoo, Contract Specialist, Phone (860)694-3938, Fax (860)694-4565, - Paul Krug, Supervisory Contract Specialist, Phone (860)694-4563, Fax (860)694-4565,
 
E-Mail Address
soohoomx@efane.navfac.navy.mil, krugpf@efane.navfac.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Architect/Engineer services for various multi-discipline projects to include architectural, civil, mechanical, and electrical disciplines at the Naval Submarine Base New London, Groton CT. The work includes the preparation of plans, specifications, cost estimates, feasibility studies, economic analysis and project documentation. Specifications to be prepared using SPECSINTACT SGML program and AutoCAD release 14 or higher. Solicitation documents to be provided in pdf format for posting to a government website for solicitation. Significant evaluation factors (in order of importance) are as follows: (1) Specialized experience of the firm in the design of renovations and additions to office buildings, dormitories, training facilities, classrooms and medical facilities; specialized experience in demolition, architectural, roofing, mechanical engineering including power plant systems and equipment, civil, landscaping, structural, HVAC, piping and electrical systems and buildings and exterior distribution, environmental engineering including asbestos/lead abatement and marine design. (2) Professional qualifications of the staff to be assigned to this contract (including those of any consultants). (3) Capacity of the assigned team to accomplish the work within the required time constraints (includes present workload). (4) Past performance with respect to quality of work, compliance with performance schedules and cost control effectiveness (emphasis on DOD work). (5) Location of the firm in the geographical area of the project and knowledge of the locality of the project, provided there is adequate number of qualified firms for consideration. (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. (7) Volume of work previously awarded to the firm by the Department of Defense. This is an indefinite quantity contract for a period of one year with a one year option to be exercised at the discretion of the Government subject to workload and/or satisfaction of the A/E's performance. Options will be included to provide post construction contract award services such as shop drawing review and approval, consultation, construction inspection and preparation of record drawings and will be exercised at the discretion of the Government within 18 months of completion of prior work. The total fee that may be paid under this contract to include the option year is $2,000,000 with a minimum guarantee of $20,000.00. Some construction costs will be under $25,000.00. The NAICS code is 54131 and the small business size standard is $4,000,000. The proposed contract is set-aside for small business concerns. Large businesses shall not be considered. All contractors must be registered in the Department of Defense (DOD) Central Contractor Registration (CCR) Database. Failure to register in the CCR may render an offeror ineligible for award. Information regarding this registration may be obtained by accessing the web site at http://www.ccr2000.com. A/E firms which meet the requirements described in this announcement are invited to submit completed Standard Form 254 and Standard Form 255, Architecture-Engineer Qualifications to the ROICC office. The forms may be downloaded from the website at http://www.gsa.gov/forms. Firms responding to this announcement within 30 days (12 May 2003) 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. Facsimile responses will not be accepted. No material will be returned. This is not a request for proposal.
 
Place of Performance
Address: NAVAL SUBMARINE BASE NEW LONDON, GROTON, CT
Zip Code: 06349-5026
Country: USA
 
Record
SN00300949-W 20030412/030410213818 (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.