|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 11,2000 PSA#2535USDA-ARS-MWA, Contracting Office, 1815 N. University Street, Peoria, IL
61604 R -- ARCHITECT AND ENGINEER SERVICES SOL 5114-0-002 DUE 030900 POC
Lori J. Houghton, 309-681-6616 The U.S. Department of Agriculture,
Agricultural Research Service, Midwest Area has a requirement for
Architectural-Engineering and related technical and support services
through an Indefinite Delivery Contract (IDC) for maintenance and
repair projects within the Midwest Area (Wisconsin, Michigan, Ohio,
Indiana, Illinois, Missouri, Iowa, Minnesota), but in particular, the
Morris, Minnesota area. The services will include (1) Architectural and
Engineering design, (2) Preparation of construction documents, (3)
Design calculations, topographic and planimetric, (4) Site
Investigations, (5) Engineering studies, reports, consultation, and
documentation, (6) Environmental evaluation, consultation, and
documentation as required under the National Environmental Policy Act
(NEPA), (7) National Historic Preservation Act (NHPA) evaluation,
consultation, and documentation, (8) Reproduction and issuance of
solicitation documentation, (9) Construction Scheduling, (10)
construction monitoring and inspection, (11) Construction submittals
reviews, (12) Performance Conferences/Minutes, and (13) Other
engineering services as required for the maintenance, rehabilitation,
alteration, and construction of USDA facilities at Morris, Minnesota
and the Midwest Area. Criteria to be evaluated in the selection of the
A-E firm will include: 1. Professional qualifications of the firm to
accomplish contemplated assignments, 2. Professional capacity of the
firm to accomplish contemplated work within the required time limits,
3. Adequacy and qualifications of consultants, if used, 4. Recent
specialized experience of the firm in a wide-range of A-E assignments,
including as examples: (a) laboratory and greenhouse designs, and (b)
restoration and preservation of historic structures, 5. Previous
Federal design experience, 6. Ability to provide cost estimating
services, 7. Ability to provide qualified construction inspection
services, 8. Cost control effectiveness, 9. Ability to provide AUTOCAD
drawings in the allocated design time, 10. Proximity of A-E firm to
Morris, Minnesota, and 11. Other factors considered pertinent by the
selection board. The contract period is for one basic year, and three
subsequent option years. There will be no future synopsis in the event
the options included in the anticipated contract are exercised. The
government guarantees a minimum of $1,000 per year. The maximum amount
of total services to be performed by the professional services
contractors during the term of the IDC shall not exceed $100,000 per
year. The government may make multiple awards. Firms desiring
consideration are invited to submit two copies of their SF 254 and SF
255 prior to 2:00 p.m. (CST), March 9, 2000 to USDA-ARS-MWA,
Contracting Office, 1815 North University Street, Peoria, IL 61604.
This acquisition is being solicited under full and open competition.
Any interested business may apply. SIC Code 8711 -- Size Standard $2.5M
for the three preceding fiscal years. This is not a request for
proposal. Telegraphic and facsimile SF 254/255s will notbe accepted.
See Numbered Note 24. Refer any questions or comments to Lori Houghton,
Contract Specialist, (309) 681-6616 (voice) or (309) 681-6680 (fax), or
houghtol@mwa.ars.usda.gov (e-mail). Posted 02/09/00 (W-SN423797).
(0040) Loren Data Corp. http://www.ld.com (SYN# 0094 20000211\R-0009.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|