Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2009 FBO #2839
MODIFICATION

C -- A&E Design Services - Segment D Addtion

Notice Date
8/31/2009
 
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
09ERSS0023
 
Response Due
9/15/2009
 
Archive Date
8/31/2010
 
Point of Contact
KRIS MURRAY CONTRACT SPECIALIST 6082702446 ;
 
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
Total Small Business
 
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 services and resultant construction package will include the following: a) Perform an Environmental Assessment (EA) of the UMESC for the segment D addition as well as all other construction projects planned for completion through 2011 in accordance with the National Environmental Policy Act (NEPA) requirements and supply an EA report. Other projects are water tower replacement, waste water remediation for disinfection, and installation of fire suppression throughout Segments A, B, C, D, the G building and the heated storage building.b) Provide professional architectural and engineering services to review and update the existing segment D construction documents (drawings and specifications completed in 2004) to comply with the most stringent of current federal, state, and local code requirements; update the specified equipment and systems to current technology; and incorporate/address the findings of the EA report.c) Investigate and determine the capability of the existing Fire Alarm System panel to support the requirements of the segment D addition.d) Incorporate the items listed as bid alternates in the existing segment D construction documents such that they are base bid items in the final segment D construction documents (triple glazed high efficiency windows, higher quality and acoustic performance ceiling system, vinyl wall coverings, motorized vertical sliding marker board in the Conference Center, conference room audio visual equipment, furnishings for offices and conference rooms).e) Incorporate LEED (Bronze) Certification requirements and all other requirements of the DOI Sustainable Building Implementation Plan.f) Conduct a Value Engineering study of the 75% submittal project design and provide a value engineering report.g) Provide complete design package and detailed project estimate showing subtotals for each division, contingencies, overhead and profit submittals at the 75% and 98% design stage for government review incorporating all review comments for the 100% complete construction document deliverables (delineated in paragraph 15 below). The 75% design package submittal shall also include the Value Engineering report and a meeting of the principal design team and government representatives at the UMESC.h) Provide a 100% complete construction document package (drawings and specifications as delineated in paragraph 15 below) with a final detailed construction cost estimate showing costs by trade/division and including overhead, profit, and contingencies. i) Provide construction management and quality assurance services including: project manager to report to job site on a weekly basis supplying USGS with weekly written reports; review and approve material & equipment submittals; review and recommend for approval progress payment requests and change orders.j) Provide construction project final inspection to include independent third party building commissioning and testing. k) Provide accurate As-Built drawings after the construction project has been completed and accepted by the Government. The as-built drawings shall accurately document the actual installation of all structures, systems, and equipment in the segment D addition. Further requirements include: a. Time of performance - The A & E Firm shall employ sufficient personnel and equipment to accomplish the Design and Specifications for this Project/Contract within 130 calendar days of the Notice to Proceed. Furthermore the A & E Firm shall arrange a Drawings and Specifications Review Meeting at both the 75% & 98% stage. b. The design shall incorporate all necessary actions to permit construction and startup of the new water tower without interruption of the UMESC utilities. All A&E firms responding to this announcement will be evaluated on the following criteria: a. Professional qualifications necessary for satisfactory performance of required services;b. Specialized engineering and architectural experience in: current life-safety-health code review and compliance, LEED certification, GREEN building design and construction practices, state of the art audiovisual conference room design, as well as expertise/experience in coordinating all the individual specialties (structural, architectural, mechanical, electrical, etc.) required to provide a complete and thorough building design package; c. Capacity to accomplish the work in the required time;d. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; ande. 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 (608-270-2415) or electronic (kmurray@usgs.gov) responses will be accepted and are encouraged. IF mailing your response, it MUST be mailed to US Geological Survey, Attn: Kris Murray, 6006 Schroeder Road, Madison, WI 53711. Responses are due on Tuesday, 09/15/2009 at 3:00 pm CST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/09ERSS0023/listing.html)
 
Record
SN01933861-W 20090902/090901000903-624a6fd72026ad45bdfd8903fb8847ba (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.