Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 26, 2009 FBO #2924
MODIFICATION

C -- RECOVERY- Design for Gabrielson Annex and Renovation

Notice Date
11/24/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
U S GEOLOGICAL SURVEY, APS ER TEAM A, ACQUISITION AND GRANTS BRANCH12201 SUNRISE VALLEY DRIVE, MS152, ROOM 3A305 RESTON VA 20192
 
ZIP Code
20192
 
Solicitation Number
10ERSS0018
 
Response Due
12/17/2009
 
Archive Date
11/24/2010
 
Point of Contact
ALFRED BENTON CONTRACT SPECIALIST 7036487343 ;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
This amendment to the presolicitation notice adds an invitation for all A&E firms who have the qualifications required to perform the work to submit a completed SF 330. Detailed information on consultants and subcontractors, if applicable, MUST be included in the submittal. Please provide the following additional information on the form: Tax Identification Number (TIN) and DUNS number. All contractors doing business with the Government are required to be registered in the Central Contractor Registry (CCR). For additional information, or to register with CCR, access http://www.ccr.gov. Additionally, by submission of a response, the offeror represents that it will comply with the reporting requirements in Section 1512 (reports on use of funds) of the Recovery Act as outlined in FAR clause 52.204-11. Design for Gabrielson Annex and Renovations A. PROJECT OVERVIEW Except as otherwise specified herein, the Contractor shall furnish the personnel, materials, services, and facilities, and perform all services necessary to, and incidental to, design work for: 1) construction of an addition/annex to the existing Gabrielson Bldg on the Patuxent Research Refuge (PRR), in Laurel, Maryland. The new addition/annex will total approximately 44,000 sf. and 2) complete renovation of the existing Gabrielson building. The construction phase of the new building and renovation projects will be packaged for contracting separately. Design work is to conform to GSA's Facility Standards for the Public Buildings Service (PBS - PQ100.1). These facility standards set forth product criteria for new buildings and alterations. The principals of sustainable energy and low environmental impact design shall be incorporated as extensively as possible into this project. The building shall be designed in accordance with the Department of Interior "Sustainable Buildings Implementation Plan" (Federal Executive Order 13423) and be certified by a sustainable building rating system such as Leadership in Energy and Environmental Design (LEED) as verified by an independent third party not affiliated with the project or facility. The new administration facility will be constructed within the Central Tract headquarters area of the PRR, a proposed historic district composed of historic National Register (NR) eligible buildings and landscaping constructed from 1937 to about 1972. Because the new administrative building will be within the eligible administrative area of the PRR, the new construction should meet the Secretary of the Interior's Standards for the Treatment of Historic Properties (36 CFR 68 found at: http://www.nps.gov/history/hps/tps/tax/rhb/stand.htm ). Associated guidelines for new additions to historic buildings contain further information to help design a building that is compatible with the historic district: http://www.nps.gov/history/hps/tps/tax/rhb/guide.htm Early in the design phase, the A-E will interact with the U.S. Fish and Wildlife Service (FWS) State Historic Preservation Officer (SHPO). It must be anticipated that archaeological surveys of the sites will be performed and clearances will be obtained by the Government from the Maryland SHPO after final conceptual site plans have been developed by the A/E and approved by the Government. Design services and resultant construction package will include the services provided in a separate statement of work. For a complete statement of work for this A&E project, interested vendors are required to request an electronic copy from abenton@usgs.gov. 1. At a minimum, all proposed construction and building system components shall be designed to conform with, or exceed, the relevant guidelines of the latest version of the following codes and standards: (a) Facilities Standards for GSA Public Buildings Service - GSA PBS-PQ100.1(b) American with Disabilities Act(c) Architectural Barriers Act(d) American Society of Heating, Refrigeration and Air Conditioning Engineers (ASHRAE) Standards(e) National Standard Plumbing Code (NSPC)(f) National Electrical Code - NFPA 70(g) ICBO Uniform Building Code(h) ANSI/AIHA Z9.5 2003(i) NFPA, National Fire Codes(j) NFPA, 101 LIFE SAFETY CODE(k) Uniform Mechanical Code(l) Underwriters Laboratories Fire Resistance Directory(m) Underwriters Laboratories Building Materials Directory(n) DOE Energy Conservation Standards 10 CFR Part 435(o) OSHA 29CFR 1910(p)Construction Specifications Institute Standards(q) EO 11514 (NEPA)(r) PL 95-217 Clean Water Act of 1977(s) PL 94-469 Toxic Substance Act(t) EO 12088 Pollution Control Standards(u) Applicable portions of 40CFR(v) Homeland Security Presidential Directive (HSPD-12)(w) EO 13508 Chesapeake Bay Protection and Restoration(x) Navy LID (Low Impact Development) Policy(y) Energy Independence and Security Act 2007 Section 438(z) Secretary of Interior Standards for the treatment of historic properties (36 CFR 68)(aa) Secretary if the Interior Standards and Guidelines for Archaeology and Historic Preservation (48 CFR 44716)(ab) Department of Interior "Sustainable Buildings Implementation Plan" (Federal Executive Order 13423) 2. Sustainable Design: The A/E shall incorporate alternative technologies and materials including but not limited to: (a) Geothermal heating and cooling systems and other alternative energy sources(b) Solar energy to offset electrical costs(c) Recycled content building materials(d) Building materials derived from renewable resources and local products/materials when possible(e) Native plant materials. All A&E firms responding to this announcement will be evaluated on the following criteria: (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized engineering experience and technical competence in construction and design, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Location in the general geographical area of the project and knowledge of the locality of the project. The successful firm will be awarded a Firm-Fixed Price contract based solely on the data contained in the SF-330, references, and questions and answers of pre-selected firms. Upon successful completion of negotiations with the selected firm, the contract will be issued. This acquisition will be awarded above the Simplified Acquisition Threshold of $100,000.00. Facsimile (703.648.7367) or electronic (abenton@usgs.gov) responses will be accepted and are encouraged. All request for electronic copies of (SOW) SHALL BE RECEIVED BY 12/08/09 2:00 P.M.EST All questions for this requirement is due by 12/11/09 2.00 p m. (EST) Responses to questions will be posted 12/14/09 SF 330 due Thursday, 12/17/09 at 2:00 pm (EST).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/10ERSS0018/listing.html)
 
Place of Performance
Address: Laurel, MD
Zip Code: 20708
 
Record
SN02011115-W 20091126/091124235944-0c5db7e2e7d15dc7e397147aad64aed6 (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.