Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 27, 2013 FBO #4113
MODIFICATION

C -- Nationwide Indefinite Quantity Contract for Architect and Engineering (A/E) Services.

Notice Date
2/25/2013
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Facilities Division, Facilities Contract Branch, 5601 Sunnyside Avenue, Mail Stop 5124, Beltsville, Maryland, 20705-5124, United States
 
ZIP Code
20705-5124
 
Solicitation Number
13-1216-01
 
Archive Date
3/23/2013
 
Point of Contact
Trent Stevens, Phone: 301-504-4584
 
E-Mail Address
trent.stevens@ars.usda.gov
(trent.stevens@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
USDA Agricultural Research Services (ARS) is conducting market research to determine the extent of sources capable of performing as a prime contractor under an Indefinite Delivery/Indefinite Quantity (IDIQ) Contract. The Government will use responses from this sources sought synopsis to make an appropriate acquisition decision about soliciting this requirement. This is neither a solicitation announcement, nor a Request for Proposals (RFP) or Invitation for Bids (IFB) and does not obligate the Government to any contract award. Responses to this Sources Sought notice are for PLANNING PURPOSES ONLY. The purpose of this Sources Sought Notice is to determine interest and capability of potential qualified businesses relative to the North American Industry Classification Code (NAICS) 541330, Architectural Services. The small business size standard is $14M. The Government anticipates awarding multiple IDIQ Contracts to support the various ARS locations throughout the United States. Contractors must be able to perform all necessary work in all areas of this region. The anticipated period of performance is 1 year and 4 option years from date of award with a ceiling of $4M. The work is considered Professional Services and Service Contract Act requirements will apply. The scope of work under this acquisition will include, but not be limited to: Architect Services and engineering design coordination for the preparation of designs, plans, specifications and cost estimates for various projects. Designs and/or feasibility studies for new structures, various repairs, alterations and/or improvements to barracks, administrative facilities, warehouses, training buildings and other existing facilities or installation infrastructure. Work may also include preparation of building condition reports, rehabilitation of historic buildings and structures, project management and inspection services for construction projects, and Computer Aided Design and Drafting (CADD) services, including the scanning or digitization of existing construction drawings, environmental surveys, reports, studies, and designs for the clean-up, removal, monitoring and/or abatement of asbestos, hazardous toxic materials and petroleum products. The A-E firm, along with proposed consultants, shall possess personnel with experience in the following disciplines: Architectural, Civil, Environmental (to include a Certified Industrial Hygienist (CIH), Electrical, Geotechnical (Soils Engineer), Historic Preservation, Land Surveying, Mechanical, and Structural. The A-E team shall possess the technical expertise and financial capability to successfully execute workload surges of various scope and complexities on routine and priority projects to include multiple Task Orders throughout the entire United States. If this is determined to be a Small Business set-aside, FAR 52.219-14 - Limitations on Subcontracting, will apply on the task order level. Responses to this sources sought shall be limited to 20 pages and shall include the following: 1. Company profile to include company name, office location(s), DUNS/CAGE Code number, email address, and a statement regarding current small/large business status (i.e. - certified 8(a), Service Disabled Veteran-Owned (SDVOSB), Woman-Owned (WOSB), Economically Disadvantaged Woman-Owned (EDWOSB), or certified HubZone). Large Businesses ARE permitted to respond to this sources sought notice. 2. The annual average professional services revenue for the last 3 years. 3. The number of employees by discipline. 4. Name, title, address, phone number, email address of company point of contact. 5. Management approach to staffing this effort with qualified personnel. 6. Prior/current experience performing efforts of similar size and scope within the last six years, including contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government/customer point of contact with current phone number and email address, and a brief description of how the referenced contract relates to the services described herein. Respondents are encouraged to review the information requested above carefully and ensure a complete response for thorough consideration. RESPONDENTS SHALL NOT SUBMIT AN SF 330 in response to this Source Sought Announcement. Respondents shall note that the Government will not return any information submitted in response to this notice. The Government is not responsible for any costs incurred by respondents regarding any responses to this notice. Responses to this sources sought notice shall be submitted to the POC below, preferably via email address (PDF or MS Word Format), no later than March 8, 2013. Responses shall be sent via email to Trent Stevens at trent.stevens@ars.usda.gov or by mail to: USDA ARS WBSC AB, ATTN: Trent Stevens, 5601 Sunnyside Avenue, Mailstop 5124, Beltsville, Maryland 20705. Questions shall be submitted via email to the POC above. Telephone inquiries will not be entertained. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2013-02-13 12:43:35">Feb 13, 2013 12:43 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2013-02-25 15:06:05">Feb 25, 2013 3:06 pm Track Changes The due date for responses has been extended to March 8, 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/FCB/13-1216-01/listing.html)
 
Record
SN02995129-W 20130227/130225234330-52b9c4f2869789c6e6e5031768dc4af1 (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.