|
COMMERCE BUSINESS DAILY ISSUE OF MAY 29,1996 PSA#1604Immigration & Naturalization Service, Facilities, 425 I Street, N.W.,
Room 2060, Washington, DC 20536 C -- A/E SERVICES POC Joseph M. Garforth, Jr., Contracting Officer,
(202) 514-2646. This announcement is open to all businesses regardless
of size. The awarded contract shall be an indefinite delivery -
indefinite quantity type, with delivery orders being issued on a
firm-fixed-price basis. The contract shall be for one calendar year
with four one year options. The minimum guarantee is $150,000 during
the base year. There is no minimum guarantee during any option year.
The maximum quantity expressed as dollar value over the life of the
contract is $5,000,000, this equates to an estimated quantity ceiling
of $1,000,000 per year. This will be a nationwide contract (all 50
states) with most work being performed on projects in the Southwestern
United States. The contract shall be used for (1) design work for
maintenance, repair and alterations, (2) supplement in-house staff, (3)
providing concept design up to 35% and (4) for the design of new
construction up to a dollar limitation of $2,500,000 in estimated
construction cost. B. PROJECT INFORMATION. The A-E firm selected will
be required to have sufficient staff and capability to be available on
an ''as needed'' basis. The disciplines required are architects,
civil, structural, mechanical, electronics, and electrical engineers,
fire protection engineers, geotechnical engineers, space planners,
environmental engineers/specialists, hazardous material specialists,
historical preservation specialists, cost estimators, construction
administrators, landscape architects, and archeologists. Some of the
kinds of anticipated projects are for Border Patrol stations, Border
Patrol checkpoints, maintenance buildings, staging facilities,
detention centers, port of entries and associated support facilities.
INS reserves the right to expand the list of disciplines noted above,
within the scope of work, in any contract awarded by negotiated change
orders. The services needed are as follows: (1) Pre-Design - site
assessment, environmental impact statements and or assessments,
National Historic Preservation Act (NHPA) section 106, feasibility and
concept studies, space planning and programming, (2) Design - design
concept/standards, construction documentation, cost estimates, value
engineering, life cycle cost analysis, (3) Post-Design - shop drawing
review, construction administration, final acceptance and occupancy,
and (4) Related Services - design review, seismic analysis, design
construction cost reconciliation, design and construction preparation
of statements of work, preparation of solicitation evaluation criteria,
participation in source selection activities, site surveys and
evaluations, environmental testing, remediation design, systems design
and EPA compliance and administration for hazardous material services
such as petroleum products, automotive chemicals, asbestos, lead and
radon, designing security and communication systems, and designing fire
protection and life safety system. C. SELECTION CRITERIA. The following
selection criteria headings are listed in descending order of
importance, with section (2),(3) and (4) being equal, (1) Professional
qualifications necessary for satisfactory performance of required
services (a and b are equal, and c is less than a or b): a) Offeror's
previous experience with concentration in the type of work required
herein. b) Relevant key individual experience and professional
qualifications. c) The level of experience that the team members have
in working together. (2) Specialized experience and technical
competence in the type of work required (a is more than b), a) Firm's
previous concentration in detention and law enforcement facilities. b)
Experience with the Metric system. (3) Capacity to accomplish the work
timely. (a and b are equal), a) Sufficiency of staff and technical
resources to undertake two or more Design/Study assignments
simultaneously at different locations. b) Required organization
leadership to be responsive to requirements of this contract. (4) Past
performance on contracts with Government agencies and private industry
in terms of cost control, quality of work, and compliance with
performance schedules (a is more than b or c, with b and c equal), a)
Demonstrated ability in design quality control for similar projects. b)
Demonstrated ability to meet the client's programming
needs/requirements for similar projects. c) Demonstrated ability in
budgeting and cost control management for similar projects. (5)
Experience with design and construction projects in Florida, Texas,
Southern California, Arizona, and New Mexico. (6) Demonstrated success
in prescribing the use of recovered materials and achieving waste
reduction and energy efficiency in facility design. D. SUBMISSION
REQUIREMENTS: Firms submitting SF 254 and SF 255 (1 copy each) should
include, a.) Organization of the proposed team, b.) Responsibilities
and authority of project personnel, c.) Relationship of the project
team to the overall organization, and d.) Quality control plan. The
11/92 edition of the forms must be used. Copies may be obtained from
the Government Printing Office. Submittals must be received at the
address above not latter than 2:30 P.M. local time, July 1, 1996. Any
submittals received after this time and date will not be considered. No
additional information will be provided. Solicitation packages will not
be provided. No fax submittals shall be accepted. The packages
submitted by the firms should be marked with HQ-96-21. (0145) Loren Data Corp. http://www.ld.com (SYN# 0025 19960528\C-0009.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|