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