Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 7,1999 PSA#2490

Department of the Treasury, Bureau of Engraving and Printing (BEP), Office of Procurement, 14th & C. Streets, S.W., Washington, DC, 20228

C -- MULTI-DISCIPLINE ARCHITECTURAL/ENGINEERING SERVICES SOL BEP-00-06 DUE 011800 POC Gail Boger, Contract Specialist, Phone (202) 874-2677, Fax (202) 874-2200, Email gail.boger@bep.treas.gov -- Denise Wright, Sup. Contract Specialist, Phone (202) 874-2246, Fax (202) 874-2200, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=BEP-00-06&Loc ID=142. E-MAIL: Gail Boger, gail.boger@bep.treas.gov. The Bureau of Engraving & Printing (BEP) has a requirement for Architectural and Engineering (A&E) services for its Washington, D.C. facility. This is an unrestricted requirement. No Formal Solicitation will be issued other than submission of SF254's and SF255's which will be evaluated. Multi-Disciplined A&E services shall include, but not be limited to, developing A/E designs, construction drawings, specifications, cost estimates, scheudles, surveys and studies for: building alterations/renovations for the installation of new and existing production equipment and equipment to meet environmental/safety requirements; building repairs, and office renovations in the Main and Annex Building at the BEP, Washington, D.C. The Contractor must have the ability to provide all engineering design disciplines (such as, mechanical, structural, electrical, architectural, fire protection environmental, etc.). In addition, the Contractor must supply A&E services to accommodate any unique architectural/engineering needs (such as landscape architecture, interior design, acoustical design, artistic rendering, historical preservation, etc.) required by the BEP. Also, the Contractor must have the ability to provide varying degrees of construction phase services. It is anticipated that an Indefinite Delivery/Indefinite Quantity (ID/IQ) multiple award contract will be utilized on a firm-fixed price Task Order basis. The contract term will be for one (1) base year with three (3) one year option periods, a total of four (4) years. The estimated dollar value for each year shall be a maximum of $3,500,000.00. Selection of the A&E firms will be based on the following Evaluation Criteria: (1) Past record of performance on projects pertaining to building alterations/renovations/repairs of industrial facilities in terms of cost control, quality of work, and compliance with performance schedules; (2) Availability, specialized experience, and technical competence of key personnel and potential subcontractors in the design of building alterations/renovations/repairs in industrial facilities; (3) Capacity to perform the unique and required services of the BEP within short time limitations; and (4) Location of the firm in the general geographical area of the required work. Knowledge of the locality of work and familiarity with local codes and requirements. Firms desiring consideration shall submit theee (3) copies of SF-254 and SF-255's to the Bureau of Engraving & Printing, Office of Procurement, Attn: G. Boger, 14th & C Strets, S.W., Rm. 705A, Washington, D.C. 20228. The SF-254 and SF-255 must be received in the BEP Procurement Office no later than forty-five (45) calendar days after the date of this publication in the CBD. This is not a Request for Proposal. No formal Request for Proposal will be issued other than this request for SF-254's and SF-255's. See Note 24. Posted 12/03/99 (D-SN405552). (0337)

Loren Data Corp. http://www.ld.com (SYN# 0016 19991207\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page