Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 3,1998 PSA#2173

USDA-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