Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2005 FBO #1235
SOLICITATION NOTICE

C -- A&E Services

Notice Date
4/12/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
U S GEOLOGICAL SURVEY, APS ACQUISITION OPERATIONS BRANCH, MS 205K 12201 SUNRISE VALLEY DRIVE RESTON VA 20192
 
ZIP Code
20192
 
Solicitation Number
05HQSS0008
 
Response Due
5/11/2005
 
Archive Date
4/12/2006
 
Point of Contact
MARGARET EASTMAN CONTRACTING OFFICER 7036487366 mrussell@usgs.gov;
 
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
The U.S. Geological Survey (a scientific organization) Design and Construction Section, has a requirement for an array of nationwide A&E services. The types of services to be provided will include those services normally required by an architectural-engineering firm such as, but not limited to: (1) planning, design, and development of construction documents that include: cost estimates, drawings and specifications involving architectural, civil, structural, environmental, mechanical, and electrical design for a wide variety of facilities; (2) program evaluations; (3) feasibility studies; (4) performance of design document reviews: (5) value engineering studies and reports; (6) construction management inspection and submittal reviews; (7) facility condition assessments; (8) facility maintenance; (9) automated database maintenance management systems; (10) excess facility disposal; (11) inventory management systems; (12) engineering studies to include life cycle cost analysis; (13) energy audits; and (14) facility and special studies: digitized building plans and maps, surveys, statistical analysis, landscape planning. Professional registration is required for all Lead Engineers per project. Note: NO solicitation package will be issued. For informational purposes only, in order to clarify the Government's requirement, the statement of work is available at http://www.usgs.gov/contracts/05HQSS0008.doc. The complete SOW and Solicitation Package will only be issued to the selected firm(s). The resulting contract will be an Indefinite-Delivery, Indefinite-Quantity contract for a period of one year, with four (4) one-year option periods. The Government intends to make multiple awards. Placement of orders may be by any warranted U.S. Geological Survey (USGS) Contracting Officer located throughout the United States. The total contract amounts will not exceed $3,000,000.00. The contracts will provide a minimum guarantee of $5,000.00 over the life of the contract. All A/E firms, which meet the requirements described in this announcement, are invited to submit a completed SF254 and SF255. Detailed information on consultants and subcontractors, if applicable, MUST be included in the submittal. Firms will be evaluated on the following criteria: (1) professional qualifications necessary for satisfactory performance of required services and to do this with in-house personnel; (2) specialized experience and technical competence in the type of work required, including where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials.; (3) demonstrated capabilities in sustained accomplishment of work within the established time limits from multiple or simultaneous task/delivery orders; (4) past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; and (5) knowledge of the locality per project; provided that application of this criterion leaves an appropriate number of qualified firms. Facsimile or electronic 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 Central Contractor Registry (CCR). For additional information, or to register with CCR, access http://www.ccr.gov. The successful firm will be awarded an IDIQ contract based soley on the data contained in the SF-254 and SF-255, references, and questions and answers of pre-selected firms. Once the interviews are completed, the Government will select a minimum of three firms to negotiate an IDIQ contract(s). Upon successful completion of the negotiations with the selected firms, IDIQ contracts will be awarded. The applicable NAICS code is 541310. This acquisition is UNRESTRICED in accordance with the Small Business Competitive Demonstration Program (FAR 19.10). Submittals are due May 11, 2005 at 2:00pm, local time; send one (1) original and five (5) copies of the submittals. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (12-APR-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Please click here to view more details.
(http://www.eps.gov/spg/DOI/USGS/USGS/05HQSS0008/listing.html)
 
Place of Performance
Address: Throughout the United States
Zip Code: 20192
Country: United States
 
Record
SN00786310-F 20050414/050412211952 (fbodaily.com)
 
Source
FedBizOpps.gov 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.