Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2006 FBO #1712
SOURCES SOUGHT

C -- Indefinite Quantity Contract for Architec-Engineering Services for Research Laboratory Facilities

Notice Date
11/18/2005
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
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
02-3K15-06
 
Response Due
12/23/2005
 
Point of Contact
Barry Johnson, Contract Specialist, Phone 301-504-1173, Fax 301-504-1187, - Sheila Anderson, Procurement Assistant, Phone 301-504-1168, Fax 301-504-1216,
 
E-Mail Address
BJOHNSON2@ars.usda.gov, sanderson@ars.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The USDA, Agricultural Research Service (ARS) has a requirement for an Indefinite Quantity Contract (IQC) for Engineering Design and Construction Management/Administration Services for repair and maintenance, alteration, and/or new construction projects (including greenhouses and specialized farm buildings) for its research laboratory facilities located in the Mid South Area (MSA) that covers: Alabama, Kentucky, Louisiana, Mississippi, and Tennessee and South Atlantic Area (SAA) that covers: Florida, Georgia, North Carolina, South Carolina, Virginia, and the territories of Puerto Rica and Virgin Islands. Services under the contract will include, but are not 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, statements of work/program of requirements development, design analyses, designs, construction drawings, specifications (including specifications for design-build), detailed cost estimates and analyses, bidding phase services, construction management/administration (including on-site construction management/administration, bid evaluations, shop drawings and submittals review and approval), construction inspection and/or monitoring, design review, technical consultation, field surveys, engineering reports, and computer-aided drafting. The contract shall be for a period of 12 months from date of award, with options 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 $1,000 and will not exceed $2,000,000 . The cumulative amount of all delivery/task orders will be a minimum of $1,000 and will not exceed $10,000,000 over the life of the contract. The Government reserves the right to award more than one contract for this requirement. The Government anticipates award of one or more IQCs for the MSA and one or more IQCs for the SAA. Please identify which area that you plan to submit for and if you are submitting for both areas, please submit separately for each. There is no initial project. Consideration of firms will be limited to those firms within 100 mile radius of Stoneville, Mississippi (MSA), or within 100 mile radius of Athens, Georgia (SAA), and who can 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, including greenhouses and specialized farm buildings such as breeding and rearing facilities, barns, stock-watering systems/facilities, etc. 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 order of descending importance: (1) Professional qualifications necessary for satisfactory performance of the required services; (2) Specialized experience and technical competence in the type of work required to alter or repair facilities in support of agricultural research in laboratory and field settings, including where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (3) Capacity to accomplish the work within the required time frames and to handle multiple delivery orders simultaneously; (4) 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; (5) Location of firm and subcontractors or consultants within the 100 mile radius requirement for Stoneville, Mississippi and Athens, Georgia. This requirement is a 100% set-aside for small businesses that are qualified and responsible A-E firms. The NAICS code is 541310 “Architect-Engineering Services”, and the small business size is $4.0 Million or less in average annual receipts for three of the previous years. Companies are advised of the limitations on subcontracting contained in FAR 52.219-14, where by the prime contractor must perform al least 50% of the work with their own employees. Firms meeting the above requirements and desiring consideration must submit one (1) original and three (3) copies of the Standard Form (SF) 330 with appropriate data. Parts 1 and 2 must be completed and submitted for all contractors and subcontractor or consultants. SF-330s must be submitted for all proposed subcontractors or consultants in one (1) original and three (3) copies each as well. Firms shall submit their SF-330s to the ARS contracting office identified above in Beltsville, MD. Indicate Project Solicitation No. 02-3K15-06 on all documentation submitted. No faxed, electronic, telegraphic or telephonic submittals will be accepted. The closing date for receipt of the SF-330s shall be 3:00 p.m. (local time) on December 23, 2005. Personal visits for the purpose of discussing this requirement are strongly discouraged and will NOT be scheduled. THIS IS NOT A REQUEST FOR PROPOSAL. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-NOV-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 02-AUG-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USDA/ARS/FCB/02-3K15-06/listing.html)
 
Place of Performance
Address: Mid-South Area and South Atlantic Area
 
Record
SN01104936-F 20060804/060802224217 (fbodaily.com)
 
Source
FedBizOpps 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.