Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 17,1996 PSA#1638

National Capital Area, Division of Contracting, 1100 Ohio Drive, SW, Washington, DC 20242

C -- INDEFINITE QUANTITY CONTRACT, ARCHITECT/ENGINEER SERVICES SOL RP300096050 DUE 081396. POC Mark Gatlin, 202/485-9725. The National Park Service (NPS), National Capital Area is seeking an architectural/engineering (A/E) firm to provide A/E services under an indefinite quantity contract for rehabilitation, preservation, restoration, stabilization and interpretive projects involving historic structures and sites and recreational and educational features associated with the Chesapeake and Ohio Canal Historical Park. Anticipated work includes Title I services to conduct surveys and investigations of existing conditions and prepare condition assessments, preliminary designs, and preliminary cost estimates; Title II services to prepare construction documents and cost estimates; and Title III services to provide construction supervision services such as submittal review and site inspections. The projects will be located in Washington, DC and Maryland and may include producing all or parts of historic structures reports; designing stabilization and restoration projects for earthen, masonry and wooden historic structures ranging from canal structures such as locks, aqueducts, towpath and prisms to rustic and vernacular historic structures up to 10,000 S.F. in size; and designing interpretive exhibits and facilities within the context of adaptive reuse. Projects require knowledge of, and experience complying with, NPS-28, Cultural Resources Management Guideline; 36 CFR, Part 68, the Secretary of the Interior's Standards and Guidelines for Archeology and Historic Preservation; and 36 CFR, Part 67.7, Secretary of the Interior's Standards for Rehabilitation. An indefinite quantity contract is contemplated covering a base one year period from date of award with an additional 4 option periods. The minimum quantity of services to be ordered during the base period is $25,000; the maximum quantity is $500,000 per period. THIS IS NOT A REQUEST FOR PROPOSAL. Interested firms responding to this announcement by submitting a completed SF 254 and SF 255 by 4:00 pm (EST) on August 13, 1996, will be considered for selection. Firms having a current SF 254 on file with this office must respond with a Letter of Interest and a completed SF 255 by the closing date. Any information submitted in addition to a Letter of Interest, SF 254, and SF 255 will be disregarded. Specific evaluation criteria, in descending order of importance, are as follows: 1. Specialized experience and technical competence of the prime contractor and any consultants in the types of projects anticipated. 2. Professional qualifications and experience of proposed key personnel to the assigned to the project. The professional disciplines that are required include, civil and structural engineering (canal and hydrologic emphasis) and historic architecture and may include, in descending order of importance, landscape architecture, interpretive exhibit design, archeology, hazardous materials mitigation, and history. 3. Past performance on similar work for Government agencies and private industry with respect to such factors as quality of work, control of costs, and ability to meet expedited schedules. References may be contacted. 4. Capacity to accomplish the work, including any specialized services, within tight time limitations. 5. Geographic proximity to the Chesapeake and Ohio Canal National Historic Park in Washington, D.C. and Maryland of fully-staffed professional offices and familiarity with the local construction and environmental, local historical construction methods, and local review processes. (192)

Loren Data Corp. http://www.ld.com (SYN# 0017 19960716\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page