SOLICITATION NOTICE
C -- C--Architecture and Engineering (A&E)
- Notice Date
- 6/1/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- U S GEOLOGICAL SURVEY, APS SIMPLIFIED ACQUISITIONS BRANCH MS 205s RESTON VA 20192
- ZIP Code
- 20192
- Solicitation Number
- 05HQQQ0034
- Response Due
- 6/30/2005
- Archive Date
- 6/1/2006
- Small Business Set-Aside
- 8a Competitive
- Description
- The U.S. Geological Survey (a scientific organization) Design and Construction Section, has a requirement for 8(a) - Architecture and Engineering (A&E) services for the design and preparation of documents to design the following: (1) The enclosure around a newly installed HVAC piece of equipment at the north end of the Hawaiian Volcano Observatory (three sides and a roof) that meet design requirements of the Hawaii Volcanoes National Park; and (2) An air cooling system to replace an existing chiller, with sufficient capacity to service a new HVAC system, the existing air conditioning system, and for new cooling system in the computer and UPS room. The contractor shall generate and provide the USGS Contracting Officer complete design and construction documents including all aspects of the Roof and Air Conditioning Project. Work shall include, but not be limited to proper mechanical installation, detailed construction of the roof, materials, required electrical and mechanical air conditioning design and detailed construction cost estimates. The contractor shall visit the site to obtain information related to site-specific characteristics, regulations, codes, National Park Service Requirements, acid rain concerns and chiller size requirements. The site visit has been scheduled for Wednesday, June 22, 2005 at 1:00 p.m. Hawaiian Time. The address of the site visit is as follows: U.S. Geological Survey, Hawaiian Volcano Observatory, Hawaii National Park, HI 96718. Following the award to the successful contractor, the contractor shall send one architect to conduct the site assessment. After submittal of the report, the Government will review and provide written comments within 14 days. The results of the site assessment shall be submitted in a report comprised of a written narrative section and drawings of proposed solutions. The drawings section shall include demolition plans, an architectural floor plan, section drawings, elevation drawings, a free hand or computer generated perspective drawing, a mechanical plan and an electrical plan. The drawings may be schematic in nature but shall show the existing facility, the proposed new roof and the chiller as well as necessary appurtenances. The written section of the report shall cover existing conditions, special NPS requirements, appropriate codes, input from designated building users, USGS input and special construction requirements. The assessment report shall be submitted in three (3) copies Note: NO solicitation package will be issued. For informational purposes only. The complete Statement of Work and Request for Quotation (RFQ) package will only be issued to the selected firm. The total award amount will be made under the Simplified Acquisition Threshold of $100,000. All A/E firms who possess the training and experience to perform the requirements described in this announcement, are invited to submit a completed SF-330. Detailed information on consultants and subcontractors, if applicable, MUST be included in the submittal. Firms will be evaluated on the following criteria: (1) professional qualifications necessary for satisfactory performance of required services and to do this with in-house personnel - 25%; (2) specialized experience and technical competence in the type of work required, including where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials - 25%.; (3) demonstrated capabilities in sustained accomplishment of work within the established time limits from multiple or simultaneous task/delivery orders - 15%; (4) past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules - 25%; and (5) knowledge of the locality per project; provided that application of this criterion leaves an appropriate number of qualified firms - 10%. Facsimile or electronic copies will not be accepted. Please provide the following additional information on the form(s): Tax Identification Number (TIN) and DUNS number. All contractors doing business with the Government are required to be registered in the Central Contractor Registry (CCR). For additional information, or to register with CCR, access http://www.ccr.gov. The successful firm will be awarded a Firm-Fixed Price Purchase Order based soley on the data contained in the SF-330, references, and questions and answers of pre-selected firms. Once the interviews are completed, the Government will select the successful contractor. Upon successful completion of the negotiations with the selected firm, a Purchase Order will be issued. The applicable NAICS code is 541310. This acquisition is UNRESTRICED in accordance with the Small Business Competitive Demonstration Program (FAR 19.10). Submittals are due Thursday, June 30, 2005 at 2:00 p.m. Eastern Time; send one (1) original and five (5) copies of the submittals.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=GS1434HQ&objId=740962)
- Place of Performance
- Address: Hawaii National Park, HI
- Zip Code: 20192
- Country: USA
- Zip Code: 20192
- Record
- SN00819493-W 20050603/050601212505 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |