Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 09, 2002 FBO #0038
PRESOLICITATION NOTICE

C -- Indefinite Quantity Contract(s) for Architect-Engineering Services for Research Laboratory Facilities for the Southern Plains Area

Notice Date
1/7/2002
 
Notice Type
Presolicitation Notice
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Facilities Division, Facilities Contract Branch, 5601 Sunnyside Avenue, Mail Stop 5124, Beltsville, MD, 20705-5124
 
ZIP Code
20705-5124
 
Solicitation Number
6001-3K15-02
 
Response Due
2/4/2002
 
Archive Date
2/19/2002
 
Point of Contact
Faith McNamee, Contract Specialist, Phone 301-504-1184, Fax 301-504-1190, - Sheila Anderson, Procurement Assistant, Phone 301-504-1168, Fax 301-504-1216,
 
E-Mail Address
fmcnamee@ars.usda.gov, sanderson@ars.usda.gov
 
Description
The USDA, Agricultural Research Service (ARS), Facilities Contracts Branch (FCB), has a requirement for an indefinite quantity contract for Architect-Engineering services to support major facility renovation projects, plus repair and maintenance, alteration, and/or new construction projects for its research laboratory facilities (including greenhouses and biological safety laboratories) in the states of Arkansas, New Mexico, Oklahoma, Panama, and Texas. Services under the proposed contract will include, but not be limited to, energy-related studies, environmental site assessments and studies, building and/or site investigations/studies, feasibility and conceptual studies, geotechnical investigations, radon testing, evaluation and abatement of lead and asbestos containing materials, and other hazardous materials abatement, life cycle cost analyses, engineering design criteria development, statement of work/program of requirements development, design analyses, designs, construction drawings, specifications, detailed cost estimates and analyses, bidding phase services, construction management/administration/inspection (including full-time on-site construction inspection), bid evaluations, shop drawings and submittals review and approval, construction monitoring, design review, technical consultation, field surveys, engineering reports, computer-aided drafting, and development/preparation of Statement of Work for design/build-type projects. Design specifications for repair and maintenance projects may include when needed, requirements for testing, removal and disposal of lead paint. The contract shall be for 12 months from date of award, with the option to renew for four (4) additional 12-month periods. Delivery orders will be issued for each individual project. The annual amount of the contract will be a minimum of $500 and will not exceed $2,000,000. The cumulative amount of all delivery orders over the life of the contract will be a maximum of $10,000,000. The Government reserves the right to award more than one contract for this requirement. There is no initial project. Evaluation of firms will be made on the following criteria; each element being of equal importance: A) Professional qualifications necessary for satisfactory performance of required services; B) Specialized experience and technical competence in the type of work required; C) Staffing and equipment to accomplish the work in the required time and to handle multiple delivery/tasks orders simultaneously; D) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedule and present workload; and E) location of a firm and subcontractors/sub-consultants within a 200 mile radius of College Station, Texas. The NAICS code is 541330 (Engineering Services). (A company would be considered a small business within this NAICS code if their average annual receipts for the previous three (3) years were $4,000,000.) Firms meeting the above requirements and desiring consideration must submit one (1) original and three (3) copies each of Standard Forms (SF) 254 and 255 (11/92 version) not later than 3:30 p.m. (local time) on February 4, 2002, to the ARS office identified above in Beltsville, MD. SF-254s and SF-255s must be submitted for all proposed subcontractors or consultants in one (1) original and four (4) copies each as well. Indicate Project No. 02-6001 on all documentation submitted. No faxed, telegraphic or telephonic submittals will be accepted. Information on the ARS=s Southern Plains Area=s mission and locations may be found on our website at Ahttp://www.spa.ars.usda.gov.@ Personal visits for the purpose of discussing this requirement are strongly discouraged and will NOT be scheduled. THIS IS NOT A SMALL BUSINESS SET-ASIDE, COMPETITION IS OPEN TO ALL SIZE ENGINEERING COMPANIES. THIS IS NOT A REQUEST FOR PROPOSAL.
 
Place of Performance
Address: SEE DESCRIPTION
 
Record
SN20020109/00012073-020108092217 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.