Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 4, 2000 PSA #2699
SOLICITATIONS

C -- ARCHITECT-ENGINEERING SERVICES FOR THE NEW BIOCONTAINMENT FACILITY AT THE PLUM ISLAND ANIMAL DISEASE CENTER (PIADC), GREENPORT, NEW YORK

Notice Date
October 2, 2000
Contracting Office
U.S. Department of Agriculture, Agricultural Research Service, FD, 5601 Sunnyside Avenue, Mail Stop 5124, Beltsville, Maryland 20705-5100
ZIP Code
20705-5100
Solicitation Number
8350-3K15-01
Response Due
November 13, 2000
Point of Contact
Jennifer Friel, Contracting Officer, 301-504-1178
Description
The USDA, Agricultural Research Service has a requirement for complete architectural/engineering services for a new construction project in the State of New York. A firm fixed price contract is anticipated. The NAICS is 54131 and 54133 (formerly SIC Codes 8711 and 8712) with a size standard of $4 million average annual receipts. The contract term will extend until the completion of all professional services for the last option exercised by the Government. The professional services to be procured from the architectural engineering firm (the AE) under the contract may include, but not be limited to, the development, preparation, production and/or performance of: energy related studies; environmental assessments and environmental impact statements; investigative reports, value engineering exercises; programs of requirements; topographical surveys; geotechnical investigation; the surveying, testing and abatement of hazardous wastes; life cycle cost analyses; plans, specifications, and detailed construction cost estimates; bid evaluations; construction contractor submittal reviews; daily construction inspection and other construction management tasks; facility commissioning activities and other related tasks. As presently conceived, the New Biocontainment Facility at PIADC generally will consist of : 1) a new laboratory facility having an area of about 110,000 GSF and constructed to meet ARS' BL 3Ag standards (see www.afm.ars.usda.gov/ppweb/242-01m-chapter_9.htm) for information on Biohazard Containment Design); 2) a new animal care facility having an area of about 92,000 GSF and also constructed to meet the BL 3Ag standards; and 3) a new facility, housing both laboratories and animal care facilities, having an area of about 64,000 GSF and constructed to meet, at a minimum, ARS' BL 3Ag standards. This project will also involve the demolition (after decontainment by the Government) of Building No. 101, the Center's laboratory and animal care facility. This building has a partial basement and two floors above grade, and has an area of about 210,000 GSF. The project will also include, when warranted, supplementary central utility plant equipment (boilers, chillers, standby electrical generators) and utility infrastructure redistribution. The total construction cost of this project is now estimated to be in excess of $150,000,000. The Government now plans to have the selected AE develop a comprehensive Program of Requirements for the new facilities (the Base Bid), then to design the BL 3Ag facilities (Option 1), then to provide the required Bid and Construction Phase Services to support Option 1 (Option 2), then to develop bid documents required for the demolition of Building No. 101 (Option 3), then to provide the required Bid and Construction Phase Services to support Option 3 (Option 4), then to design the 64,000 GSF Facility (Option 5), and finally to provide the required Bid and Construction Phase Services to support Option 5 (Option 6). Firms will be evaluated by the following criteria: a) the professional qualifications necessary for satisfactory performance of all the above listed services, especially as those services relate to biocontainment facilities; b) technical competence and specialized experience with biocontainment equipment and biocontainment facility design features, and with the filtration, decontamination and disposal of biologically contaminated air, equipment, liquids and small and large animal carcasses generated by research activities in the biocontainment facilities; c) the staffing and equipment for satisfactory completion of all work in the required time; d) past performance on contracts with both government agencies and private industry; past performances will be appraised on the quality of all professional services, cost control for the project through the design, bid and construction processes, and meeting project schedules; and e) the general proximity of the firm's office(s) to the project site. Only firms meeting the above criteria will be considered. Those firms are encouraged to submit Standard Forms (SF) 254 and 255 referencing Solicitation No. 8350-3K15-01 t the U.S. Department of Agriculture, Agricultural Research Service, Facilities Division, Facilities Contracts Branch, Mailstop 5124, 5601 Sunnyside Avenue, Beltsville, Maryland 20705-5100. The closing date and time for submission of the SF-254s and SF-255s is 2:00 p.m. on November 13, 2000. SF-254s and SF-255s received after the exact time set for receipt will be treated in accordance with relevant FAR regulations. This is not a request for proposal.*****
Record
Loren Data Corp. 20001004/CSOL001.HTM (W-276 SN502841)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on October 2, 2000 by Loren Data Corp. -- info@ld.com