Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 14,1996 PSA#1594

DOI, Fish and Wildlife Service, (CGS) Mail Stop 60181, P.O. Box 25486, DFC, Denver, CO 80225

C -- ARCHITECT-ENGINEER SERVICES SOL FWS-6-96-1018. POC: Cathleen, Procurement Assistant/Dianne G. Hall, Contracting Officer, 303/236-5412. Indefinite Delivery/Indefinite Quantity Contract for Architect-Engineering Services, U.S. Fish and Wildlife Service, Region 6. It is anticipated that one contract will be awarded as a result of this announcement for a period of one year with four one-year option periods. Work will be accomplished by issuance of individual delivery orders under the Indefinite Delivery/Indefinite Quantity contract with a minimum of $1,000.00 and a maximum of $1,000,000.00 in any one year period. This is a small business set-aside procurement. The services will be performed in the eight States comprising the Fish and Wildlife Service's Region 6 which includes: North Dakota, South Dakota, Nebraska, Kansas, Montana, Wyoming, Utah and Colorado. The services may also be performed on facilities that may come under the cognizance of Region 6 such as: Fort Carson, Rocky Mountain Arsenal and other such facilities. The Architect-Engineer shall provide services necessary for planning and/or design for future construction, modification and/or renovation of various facilities; mapping and surveying; engineering services for investigation, appraisal, evaluation, construction, rehabilitation and maintenance of small dams, dikes, ditches, water control structures, roads, bridges, one story and multi-story buildings, erosion control, hydrology, hydraulics, VE studies, exhibit design, asbestos abatement, environmental compliance investigation and retrofit and other projects as may be required by Delivery Orders issued under this contract. The evaluation criteria are listed in descending order of importance. Firms are encouraged to supplement the information contained in their Standard Forms 254-255's with specific narrative and other documentation relative to the announcement to enhance their opportunity for consideration during the initial evaluation. 1. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE, List the relevant projects and the extent of the firm's involvement and responsibility of work completed within the past 5 years. Show the project types, design character, complexity and relevance to the services required. Show each participating firm's capacity and commitment of design resources for the services required. Indicate direct experience in providing, planning, design and construction management with emphasis on natural resources projects for fish hatcheries and wildlife refuges. 2. EXPERIENCE AND QUALIFICATIONS OF KEY PERSONNEL, Show the relevant individual experience and education of the principals and other key personnel of all disciplines who directly manage, supervise, or perform significant design or planning functions for the type of services required. Identify support staff such as drafting, surveyors, typists, and office facilities to accomplish the work. 3. CAPACITY OF FIRM TO ACCOMPLISH THE WORK, Show how the firm's design disciplines, personnel, time and activities are coordinated and scheduled. Show how quality of design and construction documents are maintained and reviewed; how project scope, costs, and design-to-budget is controlled. 4. FAMILIARITY WITH LOCAL CONDITIONS, Identify the firm's familiarity with local construction methods, weather and seasonal condition in the Region's eight-state contract area. Demonstrate familiarity with soils and foundation requirements for the contract area. 5. ADEQUACY OF FACILITIES TO PERFORM THE WORK, Describe the firm's plant and equipment as it relates to performance of the required work, specifically production of plans and specifications surveying capability, drafting and reproduction equipment and soils testing and analysis equipment. 6. PAST PERFORMANCE, List previous work with Government agencies (Federal, State, County and City). Note significant awards and other professional recognition demonstrating compliance with schedules, budget constraints, cost control, quality of work and estimate vs bid record for the past 5 years. For significant projects and work for Government agencies listed in the 254-255's, provide the name and telephone number a client contact able to discuss technical performance of the work. Identify the firm's familiarity with Federal design criteria, Federal Specifications, and other relative Federal Regulations. 7. USE OF COMPUTER SUPPORT, Indicate the extent and type of computer support that is used for design, scheduling and cost control, word processing and other applications pertaining to the type of service required. 8. VOLUME OF PRESENT AND FUTURE WORKLOAD, Indicate the ability the firm will have to perform the work required based on projections of existing and anticipated workload. 9. ABILITY TO ACCELERATE PROJECTS, Indicate the firm's capability to expand or accelerate assigned projects. A firm-fixed price Indefinite Delivery/Indefinite Quantity contract may result from this solicitation. Responses shall be received no later than June 14, 1996, 4:00 p.m. local time. Responding firms shall submit two copies of the Standard Forms 254 and 255 to: U.S. Fish and Wildlife Service, CGS, Mail Stop 60181, P.O. Box 25486, DFC, Denver, CO 80225, Attn: Dianne G. Hall. All submittals must clearly identify Solicitation FWS-6-96-1018 on the face of the envelope for identification purposes. All telephone calls should be directed to Dianne G. Hall at 303/236-5412, Ext. 232. This is not a RFP. See Notes 24 and 25. (129)

Loren Data Corp. http://www.ld.com (SYN# 0024 19960513\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page