SPECIAL NOTICE
99 -- DESIGN SERVICES - DEVELOPMENT OF A MASTER PLAN FOR THE CONSOLIDATION OF USGS ACTIVITIES AT THE NATIONAL WILDLIFE HEALTH CENTER CAMPUS LOCATED AT 6006 SCHROEDER ROAD, MADISON, WI.
- Notice Date
- 1/11/2010
- Notice Type
- Special Notice
- 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
- Archive Date
- 1/11/2011
- 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 Department of the Interior, U.S. Geological Survey (USGS) has a requirement for DESIGN SERVICES - DEVELOPMENT OF A MASTER PLAN FOR THE CONSOLIDATION OF USGS ACTIVITIES AT THE NATIONAL WILDLIFE HEALTH CENTER CAMPUS LOCATED AT 6006 SCHROEDER ROAD, MADISON, WI. The master plan will develop a strategy to renovate and/or construct new office, laboratory, and animal facilities. The results of an existing consolidation study will be integrated into the master plan to provide an integrated campus-wide modernization plan driven by mission priorities incorporating science, staffing, safety, and security. The master plan will reveal the potential for increased operational preparedness and efficiencies in addition to the cost benefits identified in the existing consolidation study. This notice is an invitation for all eligible A&E firms who have the qualifications required to perform the work to submit a completed SF 330. The associated solicitation number is 10ERSS0026. A statement of work is available; please contact kmurray@usgs.gov requesting the 10ERSS0026 statement of work no later than 01/20/2010. Responses are due on Monday, 01/25/2010 at 2:00 pm CST. This requirement is being issued as set aside for small business competition. The applicable North American Industry Classification System (NAICS) code is 541310. The associated small business size standard is $4.5M. There is not an incumbent contractor. The anticipated period of performance is 14 weeks beginning on or about 04/05/2010. All A&E firms responding to this announcement shall submit a completed SF 330. 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. The SF 330 shall include: 1. Detailed information on consultants and subcontractors, if applicable. 2. MS Project timeline with the following minimal detail:a. For commonality amongst offers, Project Start Date shall be assumed to be 04/05/2010 for the project timeline.b. Schedule as defined in Section A of the statement of work input as USGS milestones.Offer shall then input proposed milestone dates for the project activities listed in Section A of the statement of work.c. Task with duration for BSL3AG specialist involvement.d. Task with duration for Security specialist involvement. 3. Subject Matter ExpertsOffers shall indicate source of specialized technical subject matter expert for:a. Bio Safety Level 3 Agriculture Designb. Department of Homeland Security - Federal Facility Guidelines ISCIndicate if internal direct labor or subcontractor/consultant will be used. 4. CapacityOffers shall define the team members by name that will work on this project. Offers shall state the current anticipated number of projects that each of those team members will be working on during the duration of this project. Assume the start date of 04/05/2010. All A&E firms responding to this announcement will be evaluated on the following criteria: 1. SF-330, required Offer Content, and additional materials; 2. Professional qualifications necessary for satisfactory performance of required services; 3. Specialized experience and technical competence in the type of work required, including where appropriate, security, biosafety laboratory design/construction, energy conservation, pollution prevention, and use of recovered materials; 4. Capacity to accomplish the project in the required time; 5. Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; 6. 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 Monday, 01/25/2010 at 2:00 pm CST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f31ecd14ffc05c379480cc9440216b68)
- Record
- SN02039638-W 20100113/100111234913-f31ecd14ffc05c379480cc9440216b68 (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 |