Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 18,1998 PSA#2245

DOI, 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