Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 25,1996 PSA#1517

USDA-APHIS, CESB, 4700 River Road, Unit 115, Riverdale, MD 20737-1238

C -- ARCHITECT/ENGINEER SERVICES SOL APHIS 6-007 POC Crystalynn Rudisaile, Contracting Officer, 301/734-5343 NATIONWIDE ARCHITECT)ENGINEER SERVICES INDEFINITE DELIVERY. Up to three (3) contracts may be awarded as a result of this announcement. AWARD WILL BE LIMITED ONLY TO FIRMS HAVING AN EXISTING, ESTABLISHED, (1 year min.) MAJOR, ACTIVE OFFICE (licensed professionals in the Civil, Mechanical, Electrical, Architectural and Structural disciplines) LOCATED WITHIN 75 MILES OF RIVERDALE, MD. Firm-fixed price indefinite delivery contract(s) for a period of one year with up to four 1-year renewal options will result from this solicitation, including overhead, profit, and hourly rates for anticipated disciplines and for use in establishing task orders. Work will be accomplished by the issuance of individual task orders under Indefinite Delivery Contract(s). Nationwide Architect*Engineering (A/E) Services will include Architectural, Plumbing, HVAC, Electrical, Civil, and Structural work for the preparation of contract drawings, specifications, cost estimates, and possible associated services such as: value engineering, design (peer) review, master planning, facility inspection for deficiencies, environmental assessments, obtaining various required permits, construction management, geotechnical investigations, surveying, and performing Contracting Officer Representative (COR) services for USDA-APHIS Contracting Office, Riverdale, MD. Contracting Officer Representative services may or may not be related to work designed by said firm if and when utilized. Projects will cover a variety of building types nationwide such as offices, laboratory, animal and plant inspection stations, quarantine stations, and general utility buildings. Some work will involve only one or two disciplines, i.e., HVAC/Electrical, where repair and/or remodeling is involved while other types of work might include incinerators, fumigation hoods, compressed gas facilities, water and sewer mains, and water treatment facilities. Some of our major facilities are located in Mission, TX; Ames, IA; Rock Tavern, NY; Fort Collins, CO; Key West/Miami, FL; Waimanalo, HI; Beltsville, MD and Gulfport, MS. New buildings generally will be in the $100,000 to $5,000,000 cost range. Repair and remodeling work varies from a few thousand to $500,000 cost range. Selection of the A/E firm(s) will be based on the following criteria: 1) PROFESSIONAL QUALIFICATIONS. Firms must have major Architectural and Engineering disciplines (Architectural, Civil, Structural, Electrical, and Mechanical). Firms (either in-house or through association with qualified consultants) must provide resumes on all key professional personnel and identify the state in which the professionals are licensed for Civil, Mechanical, Electrical, Architectural, and Structural professions. 2) SPECIALIZED EXPERIENCE. Highest consideration will be given to firms with experience in the design of laboratories, Bio-Medical facilities, Quarantine and Isolation facilities, Insect Secure facilities, greenhouses, HEPA filtration, asbestos abatement, EPA environmental regulations, construction management, general construction design, design of emergency generators, design of new incinerators and renovations of existing incinerators. Firms must be familiar with laboratory design guides such as NIH publication 88-8395 Bio-Safety in Microbiological and Biomedical Laboratories,'' The American Association for Accreditation of Laboratory Animal Care (AAALAC) Guide to Care and Use of Laboratory Research Animals, Guide #8523,'' The Animal Welfare Act, and the EPA and OSHA regulations concerning use and storage of hazardous and controlled materials. 3) FIRMS CAPACITY AND CAPABILITY. Composition of firm and consultants, production and quality control systems in place to accomplish projects in the required time frames. Available personnel in all design disciplines including supporting technical staffs, and CAD capability for producing contract drawings that are compatible with the current USDA/APHIS CAD system. The current USDA/APHIS CAD is AutoCAD, Release 12, using MS DOS 4. 4) PAST PERFORMANCE AND EXPERIENCE. (A) Past performance on contracts with Government agencies and private industry in terms of cost control, types of projects, quality of work, and compliance with performance schedules. (B) Applicants are required to submit references with names and telephone numbers of contact persons. (C) Experience with codes, regulations, permits, etc. (D) Ability to reflect firms proficiency as it relates to providing a functional, cost efficient, complete product. 5) PROPOSED PROJECT TEAM AND ORGANIZATION. (A) Firms must indicate professional recognition and work experience of key personnel. (B) Professional registration, associations and advanced degrees and specific related work of employees. (C) Capability and experience of persons/individuals who will be administering the contracts. 6) LOCATION. Highest consideration will be given to firms having existing, established offices nearest to the major APHIS facilities in Mission, TX; Ames, IA; Rock Tavern, NY; Ft. Collins, CO; Key West/Miami, FL; Waimanalo, HI; Beltsville, MD and Gulfport, MS. Firms will be required to use branch offices closest to APHIS work site when providing COR services and for the preparation of Contract Documents. Firms must indicate the staffing composition of each office. Responses shall be made by completion and submittal of Standard Forms, SF 254 and SF 255, and all pertinent supplemental or supporting data. Responses must be received no later than 30 days after the date of this notice. This is not a request for proposals. (0023)

Loren Data Corp. http://www.ld.com (SYN# 0020 19960124\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page