Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 29,1996 PSA#1604

Immigration & 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