Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 23, 2016 FBO #5174
SPECIAL NOTICE

C -- RETROFIT OF W-5 ENTR. HATCH & HOIST

Notice Date
1/21/2016
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
USGS NATIONAL ACQUISITION BRANCH 205 NATIONAL CENTER 12201 SUNRISE VALLEY DRIVE RESTON VA 20192 US
 
ZIP Code
00000
 
Solicitation Number
G16PS00183
 
Archive Date
2/5/2016
 
Small Business Set-Aside
N/A
 
Description
This U.S. Geological Survey (USGS) has a requirement to contract with an A&E for Design/Build services for the retrofit of the W-5 employee entrance, Design/Build of the hatch and floor, and evaluation of the hoist in the boiler room, all located within the Mundt Federal Building located at the EROS Science Center, in Sioux Falls SD. The duration of the contract will be for 90 days from the date of an initial contract award. This requirement is set aside for small business. Design services will include the following design scope: -Architectural: Completely design and specify the W-5 entrance components and architectural elements to meet the Project Scope/Objectives. The entrance design shall match existing regarding style and color of the rest of the facility, including trim, sizes of doors and windows, etc. The ballistic design of the interior wall, position of exterior and interior window with teller tray, are subject to approval. Exterior doors are to occupy the same physical space as the originals -Structural: provide structural hatch/hoist design, calculations and documentation as required. Provide for evaluation and design of structural parts if found necessary. The surrounding structure shall be evaluated and a hatch system will be installed suitable to the existing building. The hoist is to be evaluated and tested for a weight capacity by a professional engineer, documenting the capacity on the hoist. -Electrical: Design design for electrical modifications as required. Additional circuits if required shall be routed to the nearest electrical panel and modifications of any existing circuits shall be accompanied by load calculations. -Site Work: Design of the sidewalk outside the building for proper slope and integration to the existing site -Code Compliance: The design shall comply with all current governing specifications including but not limited to: NFPA 101 ¿ Life Safety Code, NFPA 70, Federal, and local building codes. Sustainability: consult USGS Sustainability Construction Checklist for incorporating sustainability into the design. The USGS is requesting Contractor Capability Statements at this time. 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 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. Type of contract: Firm fixed price. Those firms that meet the requirements described in this announcement and wish to be considered must submit an SF 330 Part 1 with their capabilities statement. The successful firm will be awarded a Firm-Fixed Price purchase order based solely on the data contained on the SF-330, references, and questions and answers or pre-selected firms. Upon successful completion of the negotiations with the selected firm, a purchase order will be issued. Award will be made under the Simplified Acquisition Threshold of $150,000. Facsimile or mailed copies will not be accepted. Please provide the following additional information on the form(s): Tax Identification Number (TIN) and DUNS number. All contractors doing business with the Government are required to be registered in the System for Award Management (SAM). For additional information, or to register with SAM, access http://www.SAM.gov. The applicable NAICS codes are 541310 and 541330. Submittals are due via email to acastro@usgs.gov on Wednesday, 08/26/2015 at 2:00 PM EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/G16PS00183/listing.html)
 
Record
SN03997229-W 20160123/160121234204-9f610ccc8ca194ea34c32f9aacd906ae (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.