Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2005 FBO #1157
SOLICITATION NOTICE

C -- Architectural And Engineering Services

Notice Date
1/24/2005
 
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
N00173-05-R-TA01
 
Response Due
2/23/2005
 
Archive Date
2/23/2006
 
Description
The Naval Research Laboratory has a requirement for architectural and engineering services and anticipates awarding one Architectural-Engineering contract as a result of this synopsis. It is anticipated that the award amount for this contract will be between $300,000 and $600,000. The contractor will be required to provide multi-disciplined design work with an emphasis on the architectural and engineering disciplines. 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 purpose of this project is to renovate and update the laboratories in Building 207. There are approximately 40 laboratories per floor and there are three floors. There is a utility corridor that serves the laboratories. The laboratories are to have the existing cabinets and hoods removed along with the floor covering, ceilings and lights. Some of the existing walls are to be removed where two existing single laboratory modules are to be combined into a double laboratory module. The new laboratories are to have new floor covering, ceilings and lights. New cabinets systems with integrated electrical will be provided. Fume hoods will be provided as required but to the extent that the existing exhaust and HVAC systems will accommodate. The work will be staged so as to minimize the disruption to the ongoing operation of the building. No more than a quarter of the building may be disrupted at any one time. Minimization of noise, dust, etc. is a priority during construction. Hazardous materials are known to be present. These include but are not limited to asbestos, mercury and PCB (in sealed light ballast). Remediation of all hazardous is to be part of the construction contract. When hazardous materials are encountered, the A&E Contractor will be required to conduct hazardous materials surveys, including testing and sampling, provide design removal procedures and prepare construction contract documents in accordance with applicable rules and regulations pertaining to such hazardous materials. All hazardous materials licenses and/or accreditations necessary for the locality of the project site are required by the A&E firm or their subcontractors. Services, such as technical reports and studies, site investigations, contract documents (drawings, specifications and construction cost estimates), surveys, shop drawings reviews, construction consultation and inspection, and construction record drawings may be required at any time up to final acceptance of all work. The A&E shall work extensively with the occupants of the spaces to determine the requirements and limitations of the renovations. This will require at a minimum two weeks of meetings with the occupants (individually and as groups) to explore the current and future needs of the occupants. During this period, the A&E shall develop alternatives and document with narratives and sketches the evolution of the design process. Once approved, the A&E shall develop the design to meet the occupants? budget and time constraints. The selected A&E firm for this contract will be required to participate in an orientation and site visit meeting (when requested) within seven days of notification and provide a fee proposal within ten days after receiving the Request for Proposal. The Estimated Costs of Construction is approximately $4.5 million. Because this contract could eventually result in an award over $500,000, a subcontracting plan will be required from the selected firm, should the prime contractor be a large business. 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, Mechanical and Electrical engineering disciplines. 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 (fourteen weeks for the average projects plus Government review time). (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, 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 one contract will be awarded as a result of this synopsis and will have a period of performance of 12-months from the date of contract award. All questions should be directed to the point of contact specified herein. All interested parties must send one copy of their SF-330, using the mailing address set forth herein, to Contracting Officer, ATTN: Code 3230.
 
Place of Performance
Address: Naval Research Laboratory, 4555 Overlook Ave., SW, Washington DC
Zip Code: 20375-5326
 
Record
SN00739184-W 20050126/050124212026 (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.