Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 23, 2013 FBO #4109
MODIFICATION

C -- Nationwide Indefinite Quantity Contract for Architect and Engineering (A/E) Services.

Notice Date
2/21/2013
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Facilities Division, Facilities Contract Branch, 5601 Sunnyside Avenue, Mail Stop 5124, Beltsville, Maryland, 20705-5124, United States
 
ZIP Code
20705-5124
 
Solicitation Number
13-1216-01
 
Archive Date
3/14/2013
 
Point of Contact
Trent Stevens, Phone: 301-504-4584
 
E-Mail Address
trent.stevens@ars.usda.gov
(trent.stevens@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
This is not a Solicitation Announcement or Request for Proposal. It does not constitute any commitment by the Government. No award will result from this notice. The purpose of this notice is to conduct market research to gain knowledge of potentially qualified sources. Responses to this Sources Sought Notice will be used by the Government to make an appropriate acquisition decision. The ARS will not award a contract on the basis of responses or pay for the preparation of any information submitted. Respondents will not be notified of the results of this notice. The submission of formal SF-330 is not required. 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 throughout the United States. 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 $7,500,000. The cumulative amount of all delivery/task orders will be a minimum of $1,000 and will not exceed $37,500,000 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 however, there is no initial project. Consideration of firms will be limited to those firms 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 weighted by importance, individual factor weights are listed with each factor description: 1) 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, pollution prevention, waste reduction, and the use of recovered materials. Experience in the inclusion of energy-saving and sustainable features into the design, as shown by the use of the requirements of ASHRAE 90.1, EPACT 2005, Executive Order No. 13423 and LEED. Various tasks include: ESPC's and Retro-Commissioning. 2) Professional qualifications; including general education, training and experience of the Design A-E and its primary consultants necessary for satisfactory performance of required services. Professional Licenses of Team Members in the states of California, Colorado, Georgia, Illinois, Maryland, Mississippi, Pennsylvania, and Texas is required. 3) The capacity of the Design A-E and its consultants, in terms of numbers and diversity of in-house disciplines and resources, to accomplish all work on schedule and to successfully manage multiple task orders simultaneously. 4) Past performance on similar contracts with Government agencies and private industry in terms of cost control, quality control, compliance with performance schedules, and demonstrated ability to successfully coordinate all planning, design, bid and construction phase work with all subcontractors, and to communicate effectively with the customer on project progress issues. Demonstrated ability in: quality assurance work, "punch lists," commissioning services, final inspections; and Record Drawings is vital. 5) Location of a major offices within geographic proximity to ARS Area offices located in Albany, CA; Athens, GA; Beltsville, MD; College Station, TX; Fort Collins, CO; Peoria, IL; Stoneville, MS; Wyndmoor, PA. Co-location of the offices of the consultants in the same general locations as the Design A-E. Firms shall describe their procedures for coordinating project activities with consultants and sub-consultants which are not co-located within the same general location of the firm. 6) The firm's methods to achieve the goals for small business subcontracting. The subcontracting goals for this contract are for a minimum of twenty-seven (27) percent of the contractor's intended subcontract amount to be placed with small businesses; including five (5) percent for small disadvantaged businesses, five (5) percent for woman-owned small businesses, three (3) percent for HUBZone small businesses, and three (3) percent for service-disabled veteran-owned small businesses. The NAICS code is 541310, and the small business size is $7 million or less in average annual receipts. This requirement is being competed full and open to businesses who are qualified and responsible A-E firms. If a large business is selected for a contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on the part of the work it intends to subcontract. The subcontracting plan is not required with the SF 330 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. SF-330s must be submitted for all proposed subcontractors or consultants in one (1) original and three (3) copies each. The closing date for receipt of responses shall be 4:30 p.m. (local time) on February 27, 2013. Personal visits for the purpose of discussing this requirement are strongly discouraged and will NOT be scheduled. THIS IS NOT A REQUEST FOR PROPOSAL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/FCB/13-1216-01/listing.html)
 
Record
SN02993029-W 20130223/130221234751-3c98478bbb60106cb030bec11012eaf3 (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.