|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 3,1998 PSA#2173USDA-APHIS, CESB, 4700 River Rd, Unit 115, Riverdale, MD 20737-1238 C -- ID/IQ CONTRACT FOR A/E SERVICES SOL APHIS 9-001 DUE 100598 POC
Crystalynn Rudisaile A/E Services and Construction Inspection Services
for the USDA-APHIS facilities in Logan, UT; Pocatello, ID; Sweetgrass,
Montana and Wyoming. Services required may include 1)design plans,
specifications and cost estimates for new construction, renovations and
repairs 2) value engineering, design (peer) review and masterplanning
capabilities 3) facility inspections for deficiencies 4) preparation of
studies, reports and engineering recommendations 5) construction
inspection/contracting officer representative (cor) services for
compliance to plans and specs for new construction, renovations or
repairs. Design for the anticipated projects may include renovations to
existing predator research labs, permanent office buildings,
pre-engineered structures including foundations, fencing for bison
quarantine enclosures, specialized animal equipment such as watering,
feeding and sorting equipment, underground water service, water wells,
septic systems, emergency generators, fuel storage, site work, gravel
or asphalt roads and parking lots. Firms will be evaluated based on
the following criteria: 1) PROFESSIONAL QUALIFICATIONS. Firms (either
in-house or through association with qualified consultants) must
provide resumes on all key and professional personnel and identify the
state in which professionals are registered for Civil, Mechanical,
Architectural, Structural and Electrical professions. A minimum of one
licensed professional in the states of Utah, Idaho, Montana and
Wyoming for each discipline mentioned is preferred. 2) SPECIALIZED
EXPERIENCE. Firms must have experience in design of quarantine
facilities, permanent and pre-engineered structures, mechanical and
electrical systems, EPA environmental regulations, site work, roads,
and construction management services. 3) CAPACITY. Composition of firms
to accomplish work in the required timeframes, available personnel in
all design disciplines including supporting technical and clerical
staff, use of computer generated nationally recognized guide specs and
use of computer aided drafting compatible with AutoCADD MS-DOS. 4)
PAST PERFORMANCE. Past performance on contracts with Government
agencies and private industry in terms of cost control, types of
projects, quality of work and compliance with performance schedules,
Applicants are required to submit references with names and telephone
numbers of contact persons. 5) LOCATION. Consideration will be limited
to firms having an existing, fully staffed A/E office or consultants
within 200 miles of Idaho Falls, ID (however for projects in
Sweetgrass, MT, firms may use consultants in the local Sweetgrass
area). Firms must have knowledge of locality of projects, local codes
and local building officials. Contract period of performance will be
for fiscal year '99 with four one-year optional renewal periods. Work
will be accomplished by individual negotiated task orders. Task orders
will range from a few thousand to several thousand dollars each. The
Government is uncertain as to the number of orders that will be placed
during thecontract term, however, a minimum of $5000 in services is
guaranteed. Firms desiring consideration shall submit SF 254 and SF 255
and any pertinent supporting or suppliemental data within 30 days from
this notice. This is not a request for proposals. Posted 09/01/98
(W-SN244189). (0244) Loren Data Corp. http://www.ld.com (SYN# 0024 19980903\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|