Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 9,1997 PSA#1758

National Park Service, National Capital Region, 1100 Ohio Drive, SW, Washington, DC 20242

R -- INDEFINITE QUANTITY CONTRACT, A/E DESIGN SERVICES SOL RP30097 POC Susan Bachmann (202) 485-9716. The National Park Service, National Capital Area, is seeking an Architectural/Engineering firm to provide comprehensive services, including the disciplines of Architecture, Landscape Architecture, and Civil-Surveying/Structural/Waterworks/Sanitation, Mechanical, and Electrical Engineering, under an indefinite quantity contract. Anticipated work includes Title I services to conduct surveys and investigations of existing conditions and prepare all required survey documents, load calculations, preliminary designs and preliminary cost estimates; Title II services to prepare construction documents and cost estimates; and limited Title III services to provide construction supervision services such as submittal review and site inspections. Projects will be located in Washington, D.C., Virginia, Maryland, and West Virginia and include designing new work and renovations or rehabilitation to existing architectural, landscape, utility, structural, mechanical and electrical systems and equipment for facilities including buildings ranging from 1000 SF to 50,000 SF. Some of the buildings covered under this contract are historical and designs will need to address the historical aspect of these projects according to the National Park Service's Cultural Resources Management Guideline, NPS-28, and 36 CFR, Part 67.7, Secretary of the Interior's Standards for Rehabilitation. All projects should address the question of sustainable design as suggested in Guiding Principles of Sustainable Design, 1993, National Park Service, Denver Service Center. Copies of these government guidelines will be made available to the selected firm(s). Projects require knowledge of and experience complying with relevant codes, regulations or professional and industry association standards including the following: The American Association of State Highway and Transportation Officials (AASHTO); American Concrete Institute (ACI); American Institute of Steel Construction (AISC); American Public Works Association (APWA); American WaterWorks Association (AWWA); National Sanitation Foundation (NSF); Plumbing and Drainage Institute (PDI); American Society of Heating, Refrigeration and Air Conditioning Engineers (ASHRAE); American Society of Mechanical Engineers (ASME); American Society of Plumbing Engineers (ASPE); Associated Air Balance Council (AABC); Sheet Metal and Air-Conditioning Contractor's National Association (SMACNA); Institute of Electrical and Electronics Engineers (IEEE); Building Officials and Code Administration International (BOCA); Council of American Building Officials (CABO); National Electric Codes (NEC); National Fire Protection Association (NFPA), including NFPA 30 and 31; Sheet Metal and Air Conditioning Contractors National Associates (SMACNA); Underwriters Laboratories (UL) listings; Environmental Protection Agency (EPA), including Section 608 of the Clean Air Act for removal, disposal/recycling of mechanical equipment refrigeration; National Institute for Occupational Safety and Health (NIOSH); Occupational Safety and Health Administration (OSHA), including confined space regulations; and Americans with Disabilities Act (ADA). More than one contract may be awarded from this announcement. Indefinite quantity contracts are contemplated covering a base period from contract award through September 30, 1997, and four additional one-year option periods. The minimum quantity of services to be ordered during each performance period is $2,000; the maximum quantity is $100,000. This is not a request for proposals. Interested firms, responding to this announcement by submitting a completed SF 254 and SF 255 by 4:00 pm (EST) January 30, 1997, will be considered for selection. Firms having a current SF 254 on file with this office must respond with a Letter of Interest and a completed SF 255 by the closing date. Any information submitted in addition to a Letter of Interest, SF 254, and SF 255 will be disregarded. Specific evaluation criteria, in descending order of importance, are as follows: 1. Specialized experience and technical competence of the prime contractor and any subcontractors in the types of architectural/engineering projects anticipated. 2. Professional qualifications and experience of proposed key personnel to be assigned to the project. The prime contractor will be required to have a registered architect and a civil, mechanical and electrical engineer each on permanent staff and assigned to this contract. Additionally, a professional surveyor and expert(s) in hazardous materials may be required. 3. Past performance on similar work for Government agencies and private industry with respect to such factors as quality of work, control of costs, and ability to meet schedules. Reference may be contacted. 4. Capacity to accomplish the work, including any specialized services, within tight time limitations. 5. Geographic proximity to the National Capitol Region Office in Washington, D.C. of full-staffed professional offices and familiarity with the local construction and environmental concerns and local review processes. (0007)

Loren Data Corp. http://www.ld.com (SYN# 0064 19970109\R-0004.SOL)


R - Professional, Administrative and Management Support Services Index Page