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