Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2005 FBO #1342
SOURCES SOUGHT

C -- A-E Services in Support of EPA's Nationwide Facilities Master Planning Activities

Notice Date
7/28/2005
 
Notice Type
Sources Sought
 
Contracting Office
Cincinnati Procurement Operations Division 26 W. Martin Luther King Drive Cincinnati, OH 45268
 
ZIP Code
45268
 
Solicitation Number
PR-CI-05-11124
 
Response Due
8/30/2005
 
Archive Date
9/29/2005
 
Small Business Set-Aside
N/A
 
Description
The U.S. Environmental Protection Agency requires a broad range of architect-engineer (A-E) services related to master planning for its environmental and analytical laboratory and laboratory support facilities nationwide. A principal focus of this contract will be the incorporation of facilities plans and related data into an existing Integrated Workplace Management System (IWMS). Any resulting contract will be an indefinite-delivery, indefinite-quantity (IDIQ) type contract, under which task orders shall be issued for individual projects. The contract will have a one-year base period and four one-year option periods, for a maximum performance period of five years. It is anticipated that the contract will specify a minimum order amount of $25,000 and a maximum order amount of $10,000,000 over the life of the contract. Services which may be required under any resulting contract include master plan reports with analyses of all aspects of specific EPA facilities, i.e., architecture, engineering, functionality, sustainability, energy and water usage, operating costs, and capital costs. Specific services may include: (1) evaluating architectural and engineering systems of existing facilities, estimating costs for improvements, identifying deferred maintenance costs, performing condition assessments of buildings and systems, and developing a strategic plan for correction of deficiencies; (2) developing space planning scenarios in response to changing scientific requirements and programming of existing and proposed laboratory space; (3) evaluating sustainability opportunities, including energy reduction strategies using building and site analyses and Leadership in Energy and Environmental Design (LEED) criteria; (4) coordinating with EPA Program and Regional Offices to incorporate their missions and strategic goals into specific master plans; and (5) developing plans that incorporate recommendations of security assessments and energy audits. Firms will be evaluated according to the following criteria, which are listed in descending order of importance: (A) Demonstrated experience and technical competence in performing programming, master planning, design, (including sustainable building and site design), and strategic planning for analytical and research laboratories and laboratory support facilities; (B) Professional qualifications of proposed key personnel in all major architectural and engineering disciplines associated with facility planning, including qualifications relative to energy analysis, sustainability design, and LEED certification; (C) Capacity of the firm to complete task orders within a reasonable time period, including depth of professional staff in the major A-E disciplines and depth of support staff; and (D) Record of past performance on contracts of similar size and nature with respect to quality of work, cost control, and compliance with performance schedules, as indicated by awards, commendation letters, or other performance recognition documentation. Firms desiring consideration shall submit, via express mail or courier, five (5) copies of Standard Form 330, Architect-Engineer Qualifications, Parts I and II, to the following address: U.S. EPA, Attn: Rob Lee, Architecture, Engineering and Asset Management Branch (3204R), 1300 Pennsylvania Avenue, NW, Mezzanine 300, Washington, D.C. 20004. Note that a separate Part II of the SF 330 is to be submitted for each firm that will be part of the team identified in Part I. All information must be received at the above address no later than 4:30PM EDT on August 30, 2005. For purposes of entering small business status on Part II of the SF330, the applicable North American Industry Classification System (NAICS) Code is 541330, ?Engineering Services?, and the relevant small business size standard is average annual receipts for the last three fiscal years not exceeding $4.0 million. This effort is not a small business set-aside, all qualified firms may submit the information identified above. This is not a request for proposal.
 
Web Link
The Environmental Protection Agency
(http://www.epa.gov/oam/solicit)
 
Record
SN00857284-W 20050730/050728213005 (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.