COMMERCE BUSINESS DAILY ISSUE OF MARCH 14, 2001 PSA #2807
SOLICITATIONS
C -- ARCHITECT/ENGINEERING SERVICES
- Notice Date
- March 12, 2001
- Contracting Office
- U.S. Fish and Wildlife Service, Contracting & General Services, Bishop Henry Whipple Federal Building, 1 Federal Drive, Room 652, Fort Snelling, MN 55111-4056
- ZIP Code
- 55111-4056
- Solicitation Number
- 301811R006
- Response Due
- April 20, 2001
- Point of Contact
- Contact Scott Halstead, Contracting Officer, 612/713-5215
- E-Mail Address
- </PRESOL> (Scott_Halstead@FWS.GOV)
- Description
- GENERAL REQUIREMENTS: The U.S. Fish and Wildlife Service, Region 3, Fort Snelling Minnesota is seeking the submittal of Standard Form 254, "Architect-Engineer and Related Questionaire" and Standard Form 255, "Architect-Engineer and Related Services Questionaire for Specific Project" for providing Architect-Engineer services, including planning, design, drafting, and construction management for construction, maintenance and/or rehabilitation of facilities on National Fish Hatcheries, National Wildlife Refuges, research laboratories and other U.S. Fish and Wildlife Service field stations in the states of Minnesota, Wisconsin, Michigan, Illinois, Indiana, Ohio, Iowa, and Missouri. These facilities typically consist of small administration buildings, maintenance buildings for light vehicles and equipment, storage buildings including hazardous material storage and the utilities associated with these buildings. There may be several visitor center buildings constructed in the next several years. Facilities also include roads, trails, bridges, dams, dikes, canals, pumps and water control structures, raceways and holding ponds, boat landings, fences, gates, recreation and visitor facilities, and wildlife habitat. Work may include architectural, structural, mechanical, electrical, civil, surveying, and landscape architecture capabilities plus related disciplines, support personnel and construction inspection. NAICS codes 54130 ($4,000,000.), 541330 ($4,000,000.), 541320 ($5,000,000.) and 541340 ($5,000,000.). Small Business Competitive Demonstration Program. The contract will be a Indefinite Delivery/Indefinite Quantity, negotiated contract for one year, with options to renew the contract for four additional years. The minimum fee shall be $1,000.00 and the maximum fee shall be $1,000,000.00 annually. Individual construction or rehabilitation projects typically will have construction values ranging from $50,000 to $500,000 with an occasional project between $500,000 and $1,000,000. The possibility exists for several visitor center buildings valued at $5 million each. EVALUATION CRITERIA: 1. Professional Qualifications- Demonstrate through past projects and training/certifications received by designers knowledge of Architectural Design, Structural Engineering, Mechanical Engineering, Electrical Engineering, Civil Engineering, Surveying, Geo-technical Engineering and Construction Administration. 2. Capacity to accomplish the work- a. Experience and qualifications of proposed project coordinators. b. Number of personnel under each discipline. c. Number of registered professional engineers on staff. d. Availability and experience of CADD technicians. 3. Past Performance- a. Demonstrate performance on contracts with government agencies and private industry in terms of innovation, quality of work, cost control and compliance with performance schedules. b. Describe and list size of projects worked on. c. Provide any comparisons of your project estimates vs. bid prices. d. Provide references (customer, contact person and telephone number) to verify the quality of the design. 4. Specialized experience and technical competence- a. Experience in energy conservation, pollution prevention, waste reduction, use of recovered materials and the implementation of the life safety code. b. Experience in the design of laboratory buildings and fish hatchery design. 5. Computer Assisted Design/ Drafting- Experience using Auto CAD release 14. 6. Location- Geographic proximity to Minneapolis/St. Paul Metropolitan Area. All responsible sources may submit a proposal which shall be considered . Solicitations may be ordered by Fax (612) 725-1717, or in writing to the above address. Telephone requests will not be accepted. This contract is subject to the Service Contract Act and the place of performance is unknown. A wage determination will be provided to the firm selected.*****
- Web Link
- 301811R006 (http//CBDNET.ACCESS.GPO.GOV)
- Record
- Loren Data Corp. 20010314/CSOL006.HTM (W-071 SN50F8S7)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on March 12, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|