COMMERCE BUSINESS DAILY ISSUE OF AUGUST 8, 2001 PSA #2910
SOLICITATIONS
C -- ARCHITECT AND ENGINEERING SERVICES
- Notice Date
- August 6, 2001
- Contracting Office
- U.S. Department of Justice, Federal Bureau of Prisons, Central Office Business Office, 320 First Street, Washington, DC 20534
- ZIP Code
- 20534
- Solicitation Number
- 1CO-0297
- Response Due
- September 3, 2001
- Point of Contact
- Donna Harris, (202) 307-3943
- E-Mail Address
- Click here to email the contracting officer via e-mail. (ddharris@bop.gov)
- Description
- The Federal Bureau of Prisons Central Office Business Office, Washington, DC is requesting Standard Forms 254(s) and 255(s) from qualified certified 8(a) Architect-Engineering firms for providing services of an architectural or engineering nature, which include but are not limited to research, planning, development, and design of new projects and modifications to existing Federal Buildings of the Federal Bureau of Prisons Central Office, Washington DC locations. Servies also to include, Construction Quality Management Services for miscellaneous projects to include: -- Preparation of "As Built" drawings (as used in this contract means drawings submitted by a contractor or subcontractor at any tier to show the construction of a particular structure or work as actually completed under the contract). -- Preparation of Construction Documents to include blueprints and specifications manuals. -- Computer Assisted Drawings (CADD Services). -- Construction Administration & Inspection Services includes estimating percentage of job completion and applicable Codes. -- Cost Estimation services include preparing detailed cost estimates for funding projects. -- Energy Conservation and Management Services to include conservation studies and program design. -- Feasibility and Prospectus Development Services to include previewing projects before funding. -- Computer Aided Facility Management Services to include reports and information retention. -- Historic Renovations to include research of proposed projects to preserve historical integrity. -- Environmental Engineering will ensure all assigned projects comply with all applicable environmental regulations. -- Landscaping to include outside grounds design with the perimeters of the HOLC Building. -- Mechanical services provides for all necessary mechanical drawings associated with individual projects. -- Plumbing to include drawings for all plumbing requirements associated with individual projects. -- Fire Protection information will ensure all assigned projects comply with all applicable fire codes. and -- Electrical and HVAC testing for engineering requirements. Such other services of an architectural or engineering nature, or incidental services which members of the A/E professions (and individuals of their employ) may logically or justifiably perform, including studies, investigations, surveying and mapping, tests, evaluations, consultants, comprehensive planning, program management, conceptual designs plans and specifications, value engineering, drawing reviews, preparation of operating and maintenance manuals, and other services as they relate to these projects. The Firm shall also provide the services of qualified and experienced personnel such as architects, engineers, draft persons and CADD operators to work on site under the direction of the project manager. Firms submitting SF-254(s) and SF-255(s) will be evaluated in accordance with Federal Acquisition Regulation 36.602-1 for A/E Services; (1) Professional qualifications necessary for satisfactory performance of required services; (2) specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (3) Capacity to accomplish the work in the required time; (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 in the general geographical area of the projects and knowledge of the locality of the project, provided that the application of the criterion leaves an appropriate number of qualified firms, given the nature and size of the project, and, (6) Acceptability under other appropriate evaluation criteria including computer aided design capability, adequacy of facilities and equipment, volume of present workload, experience and qualifications of personnel, and availability of contract personnel. SF-254(s) and SF-255(s) will be accepted until 1:00 PM on September 3, 2001. Forms should be submitted to: Federal Bureau of Prisons, Central Office Business Office, 320 First Street, NW, Suite 5002, Washington DC 20534, ATTN: Donna Harris, Contracting Officer. This is not a request for proposal, therefore no solicitation is available. In addition, there will be no site visit scheduled. Firms must qualify under all applicable areas of the North American Industrial Classification System 5413. Any contract resulting from this notice shall be awarded for a 1-year base contract period and 4 (four) 1-year option periods. Aggregate services required under this notification shall fall between $500,000 and 1,000,000. Services required under this notification are set-asite for qualifed certified 8(a) entities. See Numbered Note 24.
- Record
- Loren Data Corp. 20010808/CSOL001.HTM (W-218 SN50U0K9)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on August 6, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|