Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2004 FBO #0887
SOLICITATION NOTICE

C -- ARCHITECTURAL AND ENGINEERING SERVICES

Notice Date
4/29/2004
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, DC, 20375
 
ZIP Code
20375
 
Solicitation Number
N00173-04-R-CB03
 
Response Due
5/29/2004
 
Archive Date
4/29/2005
 
Point of Contact
Cheryl Burkhardt, Contract Specialist, Phone 202-767-6542, Fax 202-767-6197,
 
E-Mail Address
burkhardt@contracts.nrl.navy.mil
 
Description
The Naval Research Laboratory has a requirement for architectural and engineering services and anticipates awarding two Indefinite Delivery Indefinite Quantity (IDIQ) type contracts as a result of this synopsis. It is anticipated that the maximum quantity required for each contract will be $500,000. The minimum value the Government will be required to order will be $25,000 and no single order will have a fee in excess of $300,000. The contractor will be required to provide multi-disciplined design work with an emphasis on the architectural and engineering disciplines. Design skills must be demonstrated for the following building types: office buildings, industrial warehouses, and general laboratory space. Typical architectural and engineering support may include the following types of efforts: (a) 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; (b) modification of electrical systems and upgrading existing building power distribution systems; (c) studies relating to code research, space planning, cost analysis, structural analysis and architectural evaluation; (d) architectural and structural support services, which may include additions and/or significant renovation of existing spaces or buildings; (e) demolition of buildings including removal of hazardous materials and assessment of environment concerns. Asbestos and lead are know to be present, therefore the A&E firm shall identify and provide a design which will accommodate the disposal of these materials in the construction plans and specifications in accordance with applicable rules and regulations. The first order to be placed under one of the two prospective contracts will be for a design to replace the accommodations for the activities in Building 125. The replacement facility will be in Building A-59 where the acoustic tank is currently. The work involves the removal of the acoustic tank and the structure that houses it, along with the support utilities. The hole will be filled and capped with concrete to form a smooth floor. The work will require the removal of crane rails and the re-configuration of the wind bracing in three bays, re-routing the ductwork serving the south side of the Robotic Laboratory to clear the high bay space and the re-routing of the various utilities passing through the space. Also a condensing unit will need to be moved. The new space will have a 58? by 20? (approximate) high bay area and a two level office and support space. The floor levels will align with the adjacent space known as CPF (to the north of the acoustic tank). The new space will have connections to CPF on the first and second levels. An elevator will be provided to serve both levels. The high bay space will have a bridge crane (capacity of 3,500 pounds). The high bay will have two 12? by 12? roll-up doors. The first floor will extend into the hallway under the Robotic Laboratory. The first floor area will have a raised floor for cable management. New stairs will be provided. Modification of the spaces in CPF will be required to allow for communication between the spaces. All new spaces will have sprinklers. Sprinklers will be supplied for the riser on the north side of the space. The A&E will verify the capacity of the existing system. All hallway walls and conference walls will be from floor to true ceiling. All other walls will be demountable. Mechanical equipment will be housed on the third floor above CPF. System furniture will be provided. Provisions will be made for communication and data transfer. The first delivery order under the second contract will be to provide design to construct a three-story addition on the east side of Building 207. Building 207 is a three-story chemistry laboratory building. The existing structure is set on piles. The addition will be approximately 3,600 square feet with a footprint of twelve feet by one hundred feet. The site for construction is very constricted. The construction of the addition will be architecturally similar to the existing building. The existing windows shall be removed (where obstructed by the addition). These window openings will be expanded to provide access to the offices. The Live Floor Load shall be a minimum of 125 pounds per square foot. The HVAC system serving the new offices shall be independent of the existing structure. Data and communication conduits will be provided to each office. Lighting levels shall be 100 foot-candles. Remediation of hazards will be required for both projects. 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, which are being presented below in descending order of importance: (1) The contractor shall 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) The contractor shall 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, the firm must provide experience of the individuals with their proven ability to work in a diverse team environment. (3) Each contractor must also provide convincing evidence of the firm's, as well as, the entire 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 very important to demonstrate the firms ability juggle workload and to manage a number of projects at one time, such as would be required in an IDIQ type contract environment. (4) The contractor must provide past performance information on contracts with Government agencies and private industry, which demonstrates cost control, quality of work, and compliance with performance schedules. Demonstrating this should include, at a minimum, 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) Contractors will also be evaluated on their location, which typically should be 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. Contractors must be sure to include the location of each of the proposed subcontractors. (6) Contractors must 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 4:00 P.M. EST on the response date specified herein. It is anticipated that the two IDIQ type contracts be awarded as a result of this synopsis will have a period of performance of 24-months from the date each contract is awarded. The North American Industry Classification System Code is 541310. All questions should be directed to the point of contact below. All interested parties must send one copy of their SF-252 and SF-254, using the mailing address set forth herein, to Contracting Officer, ATTN: Code 3230.CB. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm. See Numbered Note(s) 24 and 26.
 
Place of Performance
Address: Contractor Facility
 
Record
SN00577061-W 20040501/040429212546 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.