Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2007 FBO #2029
SOLICITATION NOTICE

C -- C - Indefinite Quantity Contract for Architect-Engineering Services for laboratory research facilities

Notice Date
3/24/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering 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
06-3K15-06
 
Response Due
4/26/2006
 
Point of Contact
Armetia Cato, Contract Specialist, Phone 301-504-4536, Fax 301-504-1216, - Regina Herchak, Procurement Analyst/Contract Specialist , Phone 301-504-1179, Fax 301-504-1187,
 
E-Mail Address
acato@ars.usda.gov, rherchak@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 Architect-Engineering services to support facility renovation projects, repair/maintenance, alteration, and new construction projects for its research laboratory facilities (including greenhouses and biological safety laboratories), in the Northern Plains Area (NPA). The NPA encompasses the states of Montana, North Dakota, South Dakota, Wyoming, Nebraska, Utah, Colorado, and Kansas. Services under the contract will include, but not be limited to, energy-related studies, life safety, security systems, environmental site assessments and studies, building and/or site investigations/studies, feasibility and conceptual studies, geotechnical investigations, radon testing, asbestos and other hazardous material abatement, life cycle cost analyses, engineering design criteria development, statement of work/program of requirements (POR) 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 specifications and/or Request For Proposals for design/build-type projects. The contract shall be for a base period of one (1) year from date of award, plus four (4) one-year option 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 $2.5 million. The cumulative amount of all delivery orders over the life of the contract will not exceed $12.5 million. The Government reserves the right to award more than one contract for this requirement. Consideration shall be limited to those firms located within the Northern Plains Area (NPA), 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. 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) Professional qualifications necessary for satisfactory performance of the required services, (2) 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 design/build, energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (3) Construction management capability, including technical advice, responding to Requests for Information (RFI’s), quality assurance, cost estimating, change order reviews, and commissioning; (4) Capacity to accomplish the work within the required time frames and to handle multiple delivery orders simultaneously; (5) 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 demonstrated ability to successfully coordinate work with all subcontractors or subconsultants; (6) Location of the firm and subcontractors/consultants within proximity of each other within the NPA and knowledge of industry practices in the NPA. This requirement is a 100% set aside for small business firms. Firms are advised that in accordance with FAR 52.219-14, Limitations on Subcontracting, the prime A-E contracting firm must agree that at least 50% of the cost of the work shall be performed with its own employees (exclusive of materials and indirect costs). A business is considered small if its average annual receipts for the past 3 years are $4.5 million or less. The NAICS Code for this project is 541330. Firms meeting the above requirements and desiring consideration must submit one (1) original and four (4) copies of SF-330 (6/2004 version) not later than 2:00 P.M. (local time) on April 26, 2006, to the ARS office identified above in Beltsville, MD. Fax and e-mail submissions shall not be accepted. SF-330 Part 1 and 2 must be submitted for all proposed subcontractors or consultants in one (1) original and four (4) copies. Indicate Project No. 06-0618 on all documentation submitted. Information on the Agricultural Search Service (ARS) and its mission and research locations may be found on our website at http://www.npa.ars.usda.gov. No faxed, telegraphic, 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. NO SOLICITATION IS AVAILABLE. THERE IS NO INITIAL PROJECT. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (24-MAR-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 15-JUN-2007, 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/06-3K15-06/listing.html)
 
Place of Performance
Address: United States Department of Agriculture Agricultural Research Service Northern Plains Area
Country: U.S.
 
Record
SN01320746-F 20070617/070615230800 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.