Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 15, 2010 FBO #3247
SOURCES SOUGHT

C -- Architect and Engineering Services

Notice Date
10/13/2010
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Facilities Division, Facilities Contract Branch, 5601 Sunnyside Avenue, Mail Stop 5124, Beltsville, Maryland, 20705-5124
 
ZIP Code
20705-5124
 
Solicitation Number
10-1125
 
Archive Date
11/18/2010
 
Point of Contact
Frank McHenry, Phone: 301-504-4536, Erik Young, Phone: 301-504-1186
 
E-Mail Address
frank.mchenry@ars.usda.gov, erik.young@ars.usda.gov
(frank.mchenry@ars.usda.gov, erik.young@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
A market survey is being conducted to determine if there are adequate Small Businesses, SBA-certified HUBZone, SBA-certified 8(a), or Service-Disabled Veteran-Owned Small Businesses (SDVOSB) Architect-Engineering firms available for a proposed project who meet the specific criteria outlined below. 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 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. After completing an analysis of the responses, the Government will determine whether to limit competition to 8(a), HUBZone, SDVOSB, or small business firms, or to proceed with issuing an unrestricted solicitation, inviting full and open competition. The Agricultural Research Service (ARS), USDA, has a requirement for an Indefinite Delivery, Indefinite Quantity (IDIQ) for Architectural and Engineering (A-E) services for repair/maintenance, alteration, and new construction projects in the Pacific West Area (PWA) that covers Arizona, California, Idaho, Nevada, Oregon, and Washington and on a very limited basis for the remaining states where ARS has research facilities. The majority of meetings and contract work for the Area will be conducted within a 50 mile radius of Albany, California. Firms will be required to provide professional services in the disciplines of architecture, structural, civil, mechanical, and electrical engineering for pre-design, design, and post design services in support of the Agriculture Research Facilities including laboratories, offices, head houses, greenhouses, animal breading and rearing facilities, barns, aquaculture and other agriculture related facilities. The A-E services shall include, but are not limited to: energy-related studies, environmental assessments and studies, building and/or site investigations/studies, building commissioning, recommissioning and retrocommissioning services, feasibility and conceptual studies, surveys, investigative reports, concept studies, geotechnical investigations, radon testing, asbestos and other hazardous materials abatement, life cycle costs analyses, design criteria development, statements of work/program of requirements development, designs, design review services, drawings, specifications (including specifications for design/build), detailed costs estimates and analyses, bid evaluations and bidding phase services, submittal review and approval, shop drawing review and approval, construction monitoring and inspections, technical consultation, field surveys, engineering reports, computer-aided drafting and other related tasks as required. The NAICS code is 541310 with a size standard of $4.0 million or less to be considered a small business concern. (1) Companies who have the experience, as well as an interest in doing business with ARS, should submit a Capabilities Statement which, for this notice, is not expected to be a proposal, but rather short statements regarding the company's ability to demonstrate their expertise and experience in relation to the areas specified in this notice; (2) Companies should provide information on similar work performed within the past five years by providing a minimum of three references, including a job description with a minimum of contact name of customer, telephone number, contract number, amount, and dates performed; (3) Provide information on what percentage of the work will be performed in-house. (4) Companies should also indicate whether they are a Small Businesses, SBA-certified HUBZone, SBA-certified 8(a), or Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Responses should be submitted by November 03, 2010 at 4:00pm, Eastern Time to the attention of Contract Specialist Frank McHenry at the address below. Requested information shall be limited to no more than 20 pages. Questions should be directed to the Contract Specialist in writing via E-Mail at Frank.McHenry@ars.usda.gov; or by mail to: Frank McHenry, USDA, ARS, FD, Facilities Contracts Branch, 5601 Sunnyside Avenue, Mailstop 5124, Rm. 4-1244, Beltsville, Maryland 20705-5124.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/FCB/10-1125/listing.html)
 
Place of Performance
Address: Pacific West Area (PWA) that covers Arizona, California, Idaho, Nevada, Oregon, and Washington., United States
 
Record
SN02310616-W 20101015/101013234532-a17e0d238a66182352d4380bc6e29f72 (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.