|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 18,1998 PSA#2245DOI, Fish and Wildlife Service, CGS-Mail Stop 60181, P.O Box 25486,
DFC, Denver, CO 80225 C -- ARCHITECT-ENGINEERING SERVICES SOL 60181-9-R063 DUE 012199 POC
Contact Karl Lautzenheiser, Contract Specialist (303) 236-5412, ext
240. E-MAIL: Click here to contact the contracting officer via,
Karl_Lautzenheiser@fws.gov. A Title I, Title II and Title III,
Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Architect
and Engineering (A&E) services is being sought. Projects will generally
be for the planning, design and construction management of various
facilities normal to fish hatcheries, wildlife refuges and research
laboratories such as visitor centers, fish hatchery buildings, research
laboratory buildings, water supply and treatment, effluent treatment,
wetlands and for complex rehabilitation of existing refuge and hatchery
facilities such as buildings, bridges, water supply and drainage,
reinforced concrete control structures, earthen dams, exhibitry,
surveying, training education centers, roads and wildlife refuge
buildings. The A-E may be called on to provide the above services for
a number of small rehabilitation projects lumped together and normally
located within close distance to each other such as when a disaster
occurs that damages or destroys a number of dikes, water control
structures, roadsor other facilities. The A-E may also be called upon
to provide expertise in a specific discipline or to analyze a specific
problem. The standard industrial classification code for this
acquisition is 8711. Acquisition is unrestricted and is open to all
concerns, regardless of business size. For size determination purposes,
a small business concern will be classified as a firm who's average
annual receipts over the last three years do not exceed $2.5 million
annually. Subcontracting Plan Requirements: Should a large business be
selected, a subcontracting plan will be required for submission with
the Request for Proposal. The negotiated plan shall be included in the
resultant contract. Failure to submit and negotiate the subcontracting
plan shall make the offeror ineligible for award of a contract. The
plan is not required with the submission of SF 254's and SF 255's.
Services will be performed in the eight states comprising the Fish and
Wildlife Service's Region 6 which includes: North Dakota, South
Dakota, Nebraska, Kansas, Montana, Wyoming, Utah and Colorado. The
services may also be performed on other facilities that may come under
the cognizance of Region 6. Contract will be issued for a period of
one basic year with four (4) one year options, if exercised. Work will
be accomplished by issuance of individual delivery orders issued
against the IDIQ contract with a minimum of $5,000 and a maximum of
$1,500,000 in any one year period. Concerns capable of meeting the
conditions and desiring consideration are requested to submit a current
Standard Form (SF) 254 of each firm proposed as a consultant for the
subject services. A-E contract negotiations will be based upon the
firms and consultants listed in the Standard Form 255. Evidence of each
firm's intent and/or commitment to the project should be provided, if
the responding A-E is selected. Firms are encouraged to supplement the
information contained in their Standard Forms 254-255 with specific
narrative and other documentation relative to the announcement to
enhance their opportunity for consideration during the initial
evaluation. Project leaders must be registered or a licensed architect
or engineer in the particular professional field involved. The
following evaluation factors are provided to illustrate where more
specific or additional coverage is considered beneficial for this
evaluation. The following evaluation criteria are listed in descending
order of importance. Elaborate brochures and material not relevant to
the project should not be presented. 1. TECHNICAL COMPETENCE AND
SPECIALIZED EXPERIENCE -- List the relevant projects and the extent of
the firm's involvement and responsibility of work completed. Show the
project types, design character, complexity and relevance to the
services required. Show each participating firm's capacity and
commitment of design resources for the services required. Indicate
direct experience in providing, planning, design and construction
management with emphasis on natural resources projects for fish
hatcheries, wildlife refuges and laboratory and research facilities. 2.
EXPERIENCE AND QUALIFICATIONS OF KEY PERSONNEL -- Show the relevant
individual experience and education of the principals and other key
personnel of all disciplines who directly manage, supervise, or perform
significant design or planning functions for the type of services
required. Identify support staff such as drafting, surveyors, typists,
and office facilities to accomplish the work. 3. CAPACITY OF FIRM TO
ACCOMPLISH THE WORK -- Show how the firm's design disciplines,
personnel, time and activities are coordinated and scheduled. Show how
quality of design and construction documents are maintained and
reviewed; how project scope, costs, and design-to-budget are
controlled. 4. FAMILIARITY WITH LOCAL CONDITIONS -- Identify the firm's
familiarity with local construction methods, weather and seasonal
condition in the Region's eight-state contract area. Demonstrate
familiarity with soils and foundation requirements for the contract
area. 5. ADEQUACY OF FACILITIES TO PERFORM THE WORK -- Describe the
firm's plant and equipment as it relates to performance of the required
work, specifically production of plans and specifications, surveying
capability, drafting and reproduction equipment and soils testing and
analysis equipment. 6. PAST PERFORMANCE -- List previous work with
Government agencies (Federal, State, County and City), particularly
with Fish and Wildlife Service. Note significant awards and other
professional recognition demonstrating compliance with schedules,
budget constraints, cost control and quality of work. For significant
projects and work for Government agencies listed in the 254-255's,
provide the name and telephone number of a client contact able to
discuss technical performance of the work. Identify the firm's
familiarity with Federal Specifications, and other relative Federal
Regulations. 7. USE OF COMPUTER SUPPORT -- Indicate the extent and type
of computer support that is used for design, scheduling and cost
control, word processing and other applications pertaining to the type
of service required. Compatibility with FWS CADD programs. 8. VOLUME
OF PRESENT AND FUTURE WORKLOAD -- Indicate the ability the firm will
have to perform the work required based on projections of existing and
anticipated workload. 9. ABILITY TO ACCELERATE PROJECTS -- Indicate
the ability of the firm to support an expansion or acceleration of the
assigned projects. Interviews will be conducted with the firms that
are short-listed at their place of business. Responses shall be
received no later than January 21, 1999, 4:00 P.M. mountain standard
time. Firms shall submit two copies of Standard Forms 254 and 255 along
with supplemental information to U.S. Fish and Wildlife Service,
CGS-Mail Stop 60181, P.O. Box 25486, DFC, Denver, Colorado, 80225,
ATTN: Karl Lautzenheiser. Submittals should clearly identify
Solicitation Number 60181-9-R063 on the face of the envelope for
identification purposes. All responsible sources may submit
qualification statementswhich shall be considered for award. Failure to
complete the listed standard forms, provide the additional information
requested, or provide such information and submittals within the
specified time, shall result in disqualification of the firm. Telephone
calls should be directed to Karl Lautzenheiser at 303/236-5412,
extension 240. This is not a request for prices. See Notes 24 and 25.
***** Posted 12/16/98 (W-SN280776). (0350) Loren Data Corp. http://www.ld.com (SYN# 0019 19981218\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|