COMMERCE BUSINESS DAILY ISSUE OF JANUARY 29, 2001 PSA #2776
SOLICITATIONS
C -- NATIONWIDE ARCHITECT-ENGINEER SERVICES
- Notice Date
- January 26, 2001
- Contracting Office
- USDA-APHIS, ABS,SCB, 4700 River Rd, Unit 45, Riverdale, MD 20737-1238
- ZIP Code
- 20737-1238
- Solicitation Number
- APHIS 1-006
- Response Due
- February 28, 2001
- Point of Contact
- Crystalynn Rudisaile (301) 734-5343 e-mail:Crystalynn.P.Rudisaile@aphis.usda.gov
- Description
- The USDA-APHIS may award up to five (5) Indefinite delivery/indefinite quantity (ID/IQ) contracts. Each contract will be for a period of one year with up to four 1-year option periods. Work will be accomplished by the issuance of individual task orders under the ID/IQ contracts. The required Architect-Engineering (A/E) Services will include Architectural, Plumbing, HVAC, Electrical, Civil, and Structural work for the preparation of design drawings, specifications, cost estimates, and possible associated services such as: value engineering, design (peer) review, master planning, facility inspections for deficiencies, environmental assessments, obtaining various required permits, construction management, geotechnical investigations, surveying, and performing construction phase inspections/ Contracting Officer Representative (COR) services for USDA-APHIS Contracting Office, Riverdale, MD. Contracting Officer Representative services may or may not be related to work designed by said firm if and when utilized. Consideration will be limited to firms having existing established offices with licensed design professionals (Architectural, Civil, Structural, Electrical, and Mechanical disciplines) in locations nearest to the APHIS facilities in McAllen, TX; Ames, IA; Newburgh, NY; Ft. Collins, CO; Miami, FL; Waimanalo, HI; Beltsville, MD; Gulfport, MS; Cape Cod, MA; Niles, MI; Logan, UT; Pocatello, ID; and Sweetgrass, MT. APHIS also has major facilities located in El Pino, Guatemala; and Tuxtla, Mexico. Although firms will not be required to have an office near these two locations, they may be required to perform work at these facilities. Projects will cover a variety of building types such as offices, laboratory, animal and plant inspection stations, quarantine stations, and general utility buildings. Other types of work might include incinerators, fumigation hoods, compressed gas facilities, water and sewer mains, and water treatment facilities. Some work may involve only one or two disciplines, i.e., HVAC/Electrical, where repair and/or renovation is involved. New buildings generally will be in the $100,000 to $5,000,000 cost range. Repair and renovation work varies from a few thousand to $500,000 cost range. Selection of the A/E firm will be based on the following criteria: 1) PROFESSIONAL QUALIFICATIONS. Firms must have major Architectural and Engineering disciplines, (Architectural, Civil, Structural, Electrical, and Mechanical) either in-house or through association with qualified consultants. Firms must provide resumes on all key professional personnel (in-house and consultants) and identify the state in which the professionals are licensed for Civil, Mechanical, Electrical, Architectural, and Structural. As a minimum requirement, firms must have design professionals licensed in the states of Florida, California, New York and Texas. Firms must also indicate previous experience with consultants. 2) SPECIALIZED EXPERIENCE. Highest consideration will be given to firms with experience in the design of laboratories, Bio-Medical facilities, Quarantine and Isolation facilities, Insect Secure facilities, greenhouses, HEPA filtration, asbestos abatement, EPA environmental regulations, construction management, general construction design, design of emergency generators, design of new incinerators and renovations of existing incinerators. Firms must be familiar with laboratory design guides such as NIH publication 88-8395 "Bio-Safety in Microbiological and Biomedical Laboratories," The American Association for Accreditation of Laboratory Animal Care (AAALAC) "Guide to Care and Use of Laboratory Research Animals, Guide #8523," The Animal Welfare Act, and the EPA and OSHA regulations concerning use and storage of hazardous and controlled materials. 3) FIRMS CAPACITY AND CAPABILITY. Composition of firm and consultants, production and quality control systems in place to accomplish projects in the required time frames. Available personnel in all design disciplines including supporting technical staffs, and CAD capability for producing contract drawings that are compatible with the current USDA/APHIS CAD system. The current USDA/APHIS CAD is AutoCAD, Release 14, using Microsoft Windows 95 operating system. Firms must indicate the staffing composition of each office. 4) PAST PERFORMANCE AND EXPERIENCE. (A) Past performance on contracts with Government agencies and private industry in terms of cost control, types of projects, quality of work, and compliance with performance schedules. (B) Applicants are required to submit references with names and telephone numbers of contact persons for the above contracts. (C) Experience with codes, regulations, permits, etc. (D) Ability to reflect firms proficiency as it relates to providing a functional, cost efficient, complete product that blends with local surroundings. 5) PROPOSED PROJECT TEAM AND ORGANIZATION. (A) Firms must indicate professional recognition and work experience of key personnel (in-house and consultants). (B) Professional registration, associations and advanced degrees and specific related work of employees. (C) Capability and experience of persons/individuals who will be administering the contracts. 6) LOCATION. Firms will be required to use branch offices or consultants closest to the major APHIS work sites in McAllen, TX; Ames, IA; Newburgh, NY; Ft. Collins, CO; Miami, FL; Waimanalo, HI; Pocatello, ID; Logan, UT; Beltsville, MD and Gulfport, MS when providing COR services and for the preparation of Contract Documents. This is not a request for a price proposal. Responses shall be made by completion and submittal of Standard Forms 254 and 255, and all pertinent supplemental or supporting data. Responses must be received no later than COB February 28, 2001. In the selection process, a maximum of eight firms will be chosen for interviews prior to making the final selection. The solicitation, when issued to the selected firms, will request firm fixed prices, including hourly rates for anticipated disciplines, overhead, profit, general and administrative costs.
- Record
- Loren Data Corp. 20010129/CSOL003.HTM (W-025 SN50B8B4)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on January 26, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|