Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2009 FBO #2770
MODIFICATION

C -- Architect and Engineering Services

Notice Date
6/25/2009
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Beltsville Area, P&CS, 10300 Baltimore Ave. Bldg. 003, Rm. 329, BARC-West, Beltsville, Maryland, 20705
 
ZIP Code
20705
 
Solicitation Number
AG-3K15-S-09-0012
 
Archive Date
8/11/2009
 
Point of Contact
Angela B. Wingert, Phone: 301-504-1181, Sheila Anderson, Phone: 301-504-1171
 
E-Mail Address
angela.wingert@ars.usda.gov, sanderson@ars.usda.gov
(angela.wingert@ars.usda.gov, sanderson@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Agricultural Research Service (ARS), USDA, has a requirement for an Indefinite Delivery, Indefinite Quantity (IDIQ) for Architectural and Engineering (A-E) services for repair/maintenance, alteration, and new construction projects in the Midwest Area (MWA), which includes the states of Illinois, Indiana, Iowa, Michigan, Minnesota, Missouri, Ohio, Wisconsin, and on a very limited basis for the remaining states where ARS has research facilities. The majority of meetings and contract work will be conducted within a 100 mile radius of Peoria, Illinois. Firms will be required to provide professional services in the disciplines of architecture, structural, civil, mechanical, and electrical engineering for pre-design, design, and post design services in support of the Agriculture Research Facilities including laboratories, offices, head houses, greenhouses, animal breading and rearing facilities, barns, aquaculture and other agriculture related facilities. The A-E services shall include, but are not limited to: energy-related studies, environmental assessments, surveys, investigative reports, concept studies, geotechnical investigations, asbestos abatement, life cycle costs analyses, design criteria development, design, analyses, drawings, specifications, detailed costs estimates, bid evaluations, shop drawing review and approval, construction monitoring and inspections, design review services, and other related tasks as required. The Government may award multiple IDIQ contracts to firms located within the Midwest Area. The contract terms will be for a 1-year base period with 4, 1-year optional periods. The Government agrees to a guaranteed minimum of $1,000 of professional services for the contract. The maximum dollar value of services to be obtained under the contract shall not exceed $2,000,000 per year. Evaluation of firms will be made on the following criteria (all factors being of equal weight): (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required; (3) Capacity to accomplish the work in the required time; (4) Past performance on similar contracts with Government Agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; and (5) Location in the general geographic area of the project and knowledge of the locality of the project. Evaluation of the location of the principle office will be scored based on the firms proximity to the Midwest Area Office, which is located in Peoria, Illinois. 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. Firms meeting the requirements are invited to submit four (4) copies (one (1) original and three (3) copies in hard copy format only) of completed Standard Form (SF) 330 Architect-Engineer Qualifications, with appropriate data, by 4:30 p.m. EST, July 20, 2009. Offerors are encouraged to submit their proposals via overnight/express mail to: Angela Wingert, Contract Specialist, 5601 Sunnyside Avenue, Mail Stop 5124, Beltsville, MD 20705. ELECTRONIC NOR IMAGE DOCUMENTS (PDF, TIFF, GIF, ETC.) WILL NOT BE ACCEPTED. Information on the ARS and its mission and research locations within the Midwest Area may be found on our website at http://www.mwa.ars.usda.gov. This is NOT a request for proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/PaCS/AG-3K15-S-09-0012/listing.html)
 
Place of Performance
Address: Address: SEE DESCRIPTION, United States
 
Record
SN01857560-W 20090627/090626000908-ec976d591bbb08a5f40f1bedb82a3709 (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.