Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 28, 2000 PSA #2756
SOLICITATIONS

C -- AE SERVICES, BUREAU-WIDE

Notice Date
December 26, 2000
Contracting Office
BLM, BC-670B, Bldg 50, Denver Federal Center, P.O. Box 25047, Denver, CO 80225-0047
ZIP Code
80225-0047
Solicitation Number
NDR010015
Response Due
January 26, 2001
Point of Contact
Gwen Moore, Contracting Officer (303) 236-9434
Description
The Bureau of Land Management (BLM), National Science and Technology Center (NSTC), is seeking one or more qualified firms to provide architectural and engineering (A/E) services for miscellaneous projects located within the contiguous western states and Alaska. A/E services shall consist of evaluations of field conditions, data gathering, project programming, planning, design and construction management of new and existing BLM facilities. Projects/Tasks may include design of public facilities (visitor/imterpretaive centers, comfort stations, and recreation sites), administrative facilities (offices, operation centers, warehouses, vehicle storage garages). utilities (electrical systems,water and sewage systems, communications and security systems. radio transmission towers and HVAC systems), housing (single family and dormintories), roads, trails and bridges; dams, dikes, canals, boat ramps, pump stations and water control structures; fences and gates, and various other BLM structures. In addition, tasks may include projects in support of the National Interagency Fire Center mission, including fire dispatch centers, operations buildings, engine garages, dormintories/housing, air tanker facilities, air strips and other related facilities. Work may include the following A/E disciplines; architecture, landscape architecture, interpretive designers, civil, structural, mechanical and electrical engineers, geotechnical testing and surveying capabilities. Services required may include, but are not limited to, the following:1) condition surveys/assessments of various BLM facilities, 2) Title I Design which shall include advance project planning, data gathering, conducting field investigations (geotechnical and survey), preparation of feasibility sutidies, development of preliminary project budget estimates, development of schematic and conceptual designs and preliminary design analysis, 3) Title II Design which shall include preparation of Final Design documents (Drawings, Specifications and Cost Estimates) and final engineering analysis associated with the construction and/or rehabilitation of new/existing facilities, 4) Title III construction Management, including management of activities required to complete the proposed facility construction from contract award, advertisement and bidding process, to the start of construction through acceptance and warranty, and 5) Value Engineering/Analyses (including life cycle costing, energy conservation and sustainability). The term of this contract shall be one year with four one-year options. The selected firm(s) will be guaranteed a minimum of $5,000 during the first year of the contract and any subsequent option year. The Delivery Orders (Task Orders) will have minimum limit of $2500. The total of all Delivery Orders shall not exceed $2,000,000 per year nor $10,000,000 for the life of a Five Year contract. Multiple contract awards may be made under this advertsement. Evaluation criteria in order of importance are: 1) Demonstrated experience and technical competency of the team performing A/E services on facilities similar to those listed above. 2) Professional qualifications of key individaul A/E team members(in the areas of architecture, landscape architecture, civil, structural, mechanical and electrical engineering, and interpretive design). 3) Firm has a demonstation capability to respond quickly and efficiently to various geographic areas and condtitions in the Western United States on small as well as large scale projects. 4) Past performance on IDIQ contracts with Government agencies. 5) Past record of performance with respect to quality work, control of costs and compliance with schedule. All interested firms are invited to submit a letter of interest and a completed Standard Form 254/255. Responses must be received before 4:00 p.m., Mountain Standard Time, January 26, 2001, in order to be considred for selection. Firms desiring condideration should submit letter and SF 254/255 to: Bureau of Land Management, Denver Federal Center, Building 50, P.O. Box 25047, BC-670B, Denver, Colorado 80225-0047, Attention: Gwen Moore.
Record
Loren Data Corp. 20001228/CSOL001.HTM (W-361 SN5096S7)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on December 26, 2000 by Loren Data Corp. -- info@ld.com