Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 12,1998 PSA#2031

439 LSS/LGC, 250 Airlift Drive, Westover Air Reserve Base, Chicopee MA 01022-1525

C -- ARCHITECT AND ENGINEERING SERVICES DUE 031398 POC Lester Howard or Michael LaFortune (Contracting Officer) at 413/557-2137 Architect-Engineering services for the development of site investigation, design plans and specifications for maintenance, repair and minor construction. The construction projects are Maintain/Repair/Alter Airman's Quarters, Buildings 5103, 5104 and 5105 at Westover Air Reserve Base, Chicopee, MA. The A-E will be selected on the basis of the following catagories, each will be of equal value: (a) Specialized Experience & Technical Competence; (b) Professional Qualifications; (c) Capacity for Timely Accomplishment of Work; (d) Past Performance; (e) Geographic Location and (f) Volume of Previously Awarded DoD Work. The general intent is to award the contract to a multi-discipline A-E firm with Standard Industrial Classification (SIC) Code of 8712, Architectural Services. The firm shall have in-house expertise in Architecture and may have in-house or joint venture expertise in the related Engineering Disciplines (Civil, Electrical, Environmental, Mechanical and Structural) and Interior Design. To be considered, the firm must have one partner of the firm or officer of the corporation duly liscensed or registered to practice architecture in one of the 50 United States. Firms should have previous experience with the renovation of similar lodging facilities. The estimated start date for the design contract is 1 April 1998. The anticipated contract will be to design the following: Projects YTPM 98-0045, 0062 and 0063, Maintain/Repair/Alter Airman's Quarters, Buildings 5103, 5104 and 5105. Work includes the complete interior renovation of the three facilities. Each facility is approximately 25,000 s.f. and three floors in height. Each facility will be renovated to provide approximately 92 guestrooms per building through the reconfiguration of the existing floor plans. The contract will require a minimum of three different proposals providing individual or shared bathrooms for each guestroom. The design project includes the reconfiguration of existing interior masonry partitions as necessary, the removal and replacement of all entirior finishes, removal of hazardous materials such as vinyl asbestos floor tile and lead paint, and the design of new entrance lobbies with elevators and other additions as necessary. All mechanical, electrical, plumbing and special systems will be replaced and a new fire sprinkler system installed. All work will comply with applicable national, state and local building and life safety codes, Air Force design instructions and facility standards, ADA and Massachusetts accessability codes, and all other applicable structural, mechanical, electrical, plumbing and other codes and regulations in effect during the design period. The prospective A-E firm must submit typed responses to the following issues in a seperate sealed envelope along with SF-254's and SF-255's: (a) Key individuals who will work on the project, including project manager and/or architect: (b) Proposed team of individuals for the design and production phases; (c) Proposal of how the A-E firm intends to address the design tasksnoted above, e.g., the specifications regarding hazardous materials will be addressed by consultant, in-house or other; (d) Discussions of the firm's qualifications and previous experience with similar work and (e) Discussion of how the firm's organization, capacity and current workload applies to the project. Firms responding to this announcement on or before 13 March 1998 will be considered for selection. Firms desiring consideration shall submit appropriate data as described in numbered Note 24. This is not a request for proposal.***** (0041)

Loren Data Corp. http://www.ld.com (SYN# 0018 19980212\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page