Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 26,1999 PSA#2311

U.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