Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2002 FBO #0132
MODIFICATION

C -- Nationwide Architect-Engineering Services Indefinite Quantity Contract

Notice Date
4/11/2002
 
Notice Type
Modification
 
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
02-6002-6003
 
Response Due
5/10/2002
 
Archive Date
5/25/2002
 
Point of Contact
Regina Herchak, Procurement Analyst/Contract Specialist, Phone 301-504-1179, Fax 301-504-1187, - Margaret Carter, Procurement Assistant, Phone 301-504-1170, Fax 301-504-1216,
 
E-Mail Address
rherchak@ars.usda.gov, mcarter@ars.usda.gov
 
Description
Solicitation Notice - 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) throughout the United States and its territories. Services under the 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, asbestos 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 (including full-time on-site construction administration), bid evaluations, shop drawings and submittals review and approval, construction inspection and/or monitoring, design review, technical consultation, field surveys, engineering reports, computer-aided drafting, and development/preparation of Statements of Work for design/build-type projects. 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 $10,000,000. The cumulative amount of all delivery orders over the life of the contract will be a minimum of $1,000 and will not exceed $50,000,000. The Government reserves the right to award more than one contract for this requirement. There is no initial project. Consideration of firms will be limited to those firms who, at a minimum, maintain a main or major office in the Washington, D.C./Baltimore, Maryland metropolitan area and also maintain two (2) to four (4) satellite offices located throughout the United States and which can all provide professional A-E services primarily in the disciplines of architectural, civil, structural, mechanical, electrical and environmental engineering for pre-design, design, and post-design A-E services for research laboratory facilities. The following specific factors will form the basis for evaluation and determination of those highly qualified firms and selection of the best qualified. All factors are listed in their order of importance: (1) (a) Professional qualifications necessary for satisfactory performance of the required services and (b) specialized experience and technical competence in the type of work required to support major facility construction and renovation projects and alteration or repair of facilities in support of agricultural research in laboratory and field settings, including where appropriate, experience in energy conservation, pollution prevention, waste reduction, the use of recovered materials, and developing and writing statements of work for design-build facilities projects; (2) Construction management/administration including inspection, shop drawing/submittal review, technical advice, responding to Requests for Information (RFI's), quality assurance, cost estimating, change order reviews, and commissioning; (3) (a) Past performance on contracts with Government agencies and private industry in terms of cost control, quality control, quality of work, and compliance with performance schedules; and (b) demonstrated ability to successfully coordinate work with all subcontractors or subconsultants; (4) Capacity to accomplish the work within the required time frames and to handle multiple delivery orders simultaneously; (5) Location of firm with (a) a main or major office located in the Washington, D.C./Baltimore, Maryland metropolitan area that has been in operation in the area for at least 12 months prior to the date of this announcement, (b) and 2 to 4 satellite offices throughout the United States (a minimum of two (2) separate satellite offices is required), which will provide ready access to ARS research locations in the such states as California, Colorado, Georgia, Idaho, Illinois, Iowa, Maryland, Mississippi, New York, Oklahoma, Pennsylvania, Texas, West Virginia, and (c) co-location of subcontractors or consultants in the same geographic area as the prime. This requirement is unrestricted and open to all qualified and responsible firms. (For informational purposes only, the NAICS code for this requirement is 541330/541310 and the small business size standard is $4 million average annual receipts.) Firms meeting the above requirements and desiring consideration must submit one (1) original and four (4) copies each of Standard Forms (SF) 254 and 255 (11/92 version) not later than 3:30 p.m. (local time [EDT]) on May 10, 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. 02-6002/6003 on all documentation submitted. Information on the Agricultural Research Service (ARS) and its mission and research locations may be found on our website at "http://www.ars.usda.gov." No faxed, telegraphic, e-mail, or telephonic submittals will be accepted. Personal visits for the purpose of discussing this requirement are strongly discouraged and will NOT be scheduled. THIS IS NOT A REQUEST FOR PROPOSAL. The requirement for Nationwide A-E services for the Agricultural Research Service, Project No. 02-6002/6003, is amended to clarify that this requirement is unrestricted. It is not a small business set-aside.
 
Place of Performance
Address: See announcement.
 
Record
SN00056890-W 20020413/020411213125 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may 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.