|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 26,1999 PSA#2311U.S. Department of Agriculture, Agricultural Research Service, FD, 5601
Sunnyside Avenue, Mail Stop 5124, Beltsville, Maryland 20705-5100 C -- DESIGN OF PACIFIC BASIN AGRICULTURAL RESEEARCH CENTER, HILO,
HAWAII SOL 8284-3K15-98 DUE 050799 POC Anthony S. Wimbush, Contracting
Officer, 301-504-1184 Solicitation Notice -- The Agricultural Research
Service (ARS), USDA, plans to enter into contract negotiations covering
Architect Engineer (A-E) services for the planning, design, inspection
of construction, and related A-E services for the U.S. Pacific Basin
Agricultural Research Center, Hilo, Hawaii, HI. After 254/255
evaluation and interview ranking process, a design contract will be
awarded to the highest qualified firm. The U.S. Pacific Basin
Agricultural Research Center is within the Agricultural Research
Service and is led by a Center Director who reports to the Director of
the ARS Pacific West Area, Albany, CA. The Center is both a physical
and virtual Center with the main facilities located in Hilo, Hawaii,
HI. The U.S. Pacific Basin Agricultural Research Center is, in part, a
"virtual" research laboratory of ARS, cooperating with scientists from
Pacific Basin institutions of higher learning, private organizations,
other U.S. States, foreign governments, and the United Nations agencies
that are now conducting agricultural research in the region. The
estimated construction cost (ECC -- "Brick and Mortar") for the
proposed new facilities is between $35,000,000 and $45,000,000. These
facilities include a 76,000 gross square feet (GSF) main
laboratory/office building, and 34,000 GSF of
insectary/quarantine/greenhouse (GH) facilities (24,000 GSF insectary
and 10,000 GSF quarantine/GH) in Hilo, Hawaii, HI. The USDA/ARS will
evaluate firms expressing an interest in the project based on the
following criteria, in order of descending importance: (a) Specialized
experience and technical competence in the type of design work
required for an agricultural research facility that includes office
space, laboratory space, and greenhouse space to support research in:
Germplasm and Varietal Development Research, Plant Pathology Research,
Quarantine Treatment and Postharvest Physiology Research, and
Arthropod Pest Control Research (including fly and parasite rearing,
ecology/biology, entomology/genetics andradiation biology research).
(b) Professional qualifications necessary for satisfactory performance
of required services; (c) Past performance on contracts with
Government agencies and private industry in terms of cost control,
quality of work, and compliance with performance schedules; (d) Volume
and nature of present workload as it relates to the ability to perform
the work required in a timely manner, specialized technical skills,
project coordination and management skills, and team experience of
proposed key personnel; (e) Staffing and equipment to accomplish the
work in the required time; (f) Location in the general geographical
area of the project and knowledge of the locality of the project. To be
considered for award, firms consisting of the major disciplines
(architectural, mechanical, electrical, structural, civil, etc.) must
be located within the state of Hawaii. The geographic requirements do
not necessarily apply to specialty consultants (laboratory,
ventilation, fire protection, telecommunications, etc.). Firms meeting
the requirements are invited to submit SF-254's and SF-255's under
this Solicitation No.8284-3K15-98 to the U.S. Department of
Agriculture, ARS, AFM, Facilities Division, Facilities Contracts
Branch, 5601 Sunnyside Avenue, Mail Stop 5124, Beltsville, Maryland
20705-5124, ATTN: Anthony S. Wimbush, Contracting Officer by 4 p.m.,
local time, Friday, May 7, 1999. Any SF-254 and SF-255 Forms received
after the exact time set for receipt will be handled in accordance with
Federal Acquisition Regulations (FAR) Section 15.208. The Government is
planning a general information meeting/conference during which
potential offerors may obtain a better understanding of the project
work required. The meeting/conference will be held on Wednesday April
21, 1999. For exact time and location or any additional information,
please contact the Contracting Officer, Mr. Anthony Wimbush, at
301-504-1184. This is not a request for proposal (RFP) Posted 03/24/99
(W-SN312168). (0083) Loren Data Corp. http://www.ld.com (SYN# 0021 19990326\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|