|
COMMERCE BUSINESS DAILY ISSUE OF JULY 7,1997 PSA#1881FEMA Region 1, Administrative Services Branch, 442 J. W. McCormack
POCH, Boston, MA 02109-4595 C -- PREPARE PLANS, SPECIFICATIONS, COST ESTIMATES, RELATED STUDIES
AND ALL ASSOCIATED ENGINEERING SERVICES SOL EMB-97-Q-0528 DUE 080497
POC CONTACT: ELIZABETH L KIYABU Contracting Officer 617/223-9528
Architect-Engineer or Engineering services are required for preparation
of plans, specifications, cost estimates, related studies, and all
associated engineering services for several projects under an
indefinite quantity contract. There is likely to be a wide variation in
the complexity and size of the civil design projects issued under this
contract as delivery orders. However, no single delivery order will
exceed $300,000 in total fees. The duration of the contract will be for
one (1) year from the date of an initial contract award. The proposed
contract includes a Government option for the same terms and conditions
of the original contract for a period of an additional one (1) year. A
maximum of $300,000 in delivery order fees are possible during each 12
month period of the contract not to exceed $1,000,000 for the entire
contract. Design services will include: (A) Design repairs and
modifications to the facility air intake ventilation and filtration
systems. (B) Design automatic fire suppression system for the Federal
Regional Center located in Maynard, Massachusetts. (C) Design smoke
protection upgrade for the Federal Regional Center. (D) Design facility
fire protection improvements. (E) Develop a list of minimal spare parts
and maintenance tools required for facility utilization, based on
researching equipment operating requirements and failure rates, during
periods when acquisition of these items from commercial sources is
limited. (F) Design the addition of deisel exhaust blast valves
complete with documentation of required operational and maintenance
procedures. (G) Design installation of weather instrumentation with
reporting station in mechanical room. (H) Design replacement of
electrical switchgear. (I) Design replacement of overhead
communications cables with underground cable system. (J) Test and
design modifications/replacement of domestic water well. EVALUATION
FACTORS: A-E firms responding to this announcement will be evaluated on
the above requirements based on the following criteria in relative
order of importance: (1) Professional qualifications necessary for
satisfactory performance of required services; (2) Specialized
experience and technical competence in the type of work required of the
proposed engineering/technical staff who will perform the work; (3)
Capacity to accomplish the work in the required time frame; (4) Past
performance on contracts with Government agencies and private industry
in terms of cost control, quality of work and compliance with
performance schedules; (5) Location of the firm in the general
geographic area of the contract provided that application of this
criterion leaves an appropriate number of qualified firms, given the
nature and size of the contract; (6) Aggressive internal quality
control program with demonstrated results of reducing design errors
and/or omissions; (7) Volume of work awarded during the last 12 month
period. GENERAL INFORMATION, INCLUDING : The initial order for work
will include studies, reports, topographic analysis, intermediate
designs; final designs; civil, structural, protection contract
drawings; contract specifications; contract cost assessment statement,
or categorical exclusion evaluation; submittal and shop drawings
review, contract compliance inspection, critical construction and
performance testing oversight, preparation of technical requirements
and estimates for change orders, participation in negotiations and
progress meetings, etc. No other general information to firms for other
similar project performed under this contract will be made. Type of
contract: Firm Fixed Price. Estimated start date is August 26,
1997.Those firms which meet the requirements described in this
announcement be received in this office no later than the 30th calendar
day after the date of appearance of this announcement in the CBD.
Should the due date fall on a weekend or holiday, the SF255 will be due
on the first workday thereafter. If a current SF254 is not already on
file with this office, it must be submitted with the SF255. The SF255
must clearly indicate the office location where the work will be
performed and the qualification of individuals and subcontractors
proposed to work on the contract and their geographical location.
WRITTEN REQUESTS ONLY, NO VERBAL REQUESTS ACCEPTED.*****MMMM (0183) Loren Data Corp. http://www.ld.com (SYN# 0019 19970707\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|