Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 07, 2001 FBO #0005
PRESOLICITATION NOTICE

C -- Architect and Engineer Services

Notice Date
12/5/2001
 
Notice Type
Presolicitation Notice
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area Office, 1815 N. University Street, Peoria, IL, 61604
 
ZIP Code
61604
 
Solicitation Number
5114-2-1002
 
Response Due
1/7/2002
 
Archive Date
1/22/2002
 
Point of Contact
Jerry King, Contracting Specialist, Phone 309-681-6624, Fax 309-681-6683
 
E-Mail Address
jlking@mwa.ars.usda.gov
 
Description
The U.S. Department of Agriculture, Agricultural Research Service, Midwest Area has a requirement for Architectural-Engineering and related technical and support services through an Indefinite Delivery Contract (IDC) for maintenance and repair projects within the Ames, Iowa Area . The services will include (1) Architectural and Engineering design, (2) Preparation of construction documents, (3) Design calculations, topographic and planimetric, (4) Site Investigations, (5) Engineering studies, reports, consultation, and documentation, (6) Environmental evaluation, consultation, and documentation as required under the National Environmental Policy Act (NEPA), (7) National Historic Preservation Act (NHPA) evaluation, consultation, and documentation, (8) Reproduction and issuance of solicitation documentation, (9) Construction Scheduling, (10) construction monitoring and inspection, (11) Construction submittals reviews, (12) Performance Conferences/Minutes, and (13) Other engineering services as required for the maintenance, rehabilitation, alteration, and construction of USDA facilities at the National Animal Disease Center, Soil Tilth Laboratory and the North Central Plant Introduction Center, Ames, IA and other Midwest Area Locations.. Criteria to be evaluated in the selection of the A-E firm will include: 1. Professional qualifications of the firm to accomplish contemplated assignments, including farm and laboratory animal facilities, biocontainment facilities supporting research programs in agronomy, soil science, seed science, animal science, and veterinary medicine. 2. Professional capacity of the firm to accomplish contemplated work within the required time limits, 3. Adequacy and qualifications of consultants, if used, 4. Recent specialized experience of the firm in a wide-range of A-E assignments, including as examples: (a) research laboratory design, (b) greenhouse design, (c) farm and laboratory animal facility design, (d) biocontainment facility design, and (e) veterinary medicine facility design. 5. Previous Federal design experience, 6. Ability to provide cost estimating services, 7. Ability to provide qualified construction inspection services, 8. Cost control effectiveness, 9. Ability to provide AUTOCAD drawings in the allocated design time, 10. Proximity of A-E firm to Ames, IA, and 11. Other factors considered pertinent by the selection board. The contract period is for one basic year, and three subsequent option years. There will be no future synopsis in the even the option included in the anticipated contract is exercised. The government guarantees a minimum of $1,000 per year. The maximum amount of total services to be performed by the professional services contractors during the term of the IDC shall not exceed $250,000 per year. The government may make multiple awards. Firms desiring consideration are invited to submit two copies of their SF 254 and SF 255 prior to 2:00 p.m. (CST), 7 January 2002 to USDA-ARS-MWA, Contracting Office, 1815 North University Street, Peoria, IL 61604. This acquisition is being solicited under full and open competition. Any interested business may apply. NAICS Code 541330 - Size Standard $4M for the three preceding fiscal years. This is not a request for proposal. Telegraphic and facsimile SF 254/255s will not be accepted. Refer any questions or comments to Jerry L. King, Contract Specialist, (309) 681-6624 (voice) or (309) 681-6683 (fax), or jlking@mwa.ars.usda.gov (e-mail).
 
Place of Performance
Address: Ames, IA
Zip Code: 50010
 
Record
SN20011205/00000796-011207185512 (fbodaily.com)
 

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.