Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2014 FBO #4536
MODIFICATION

C -- Pre-Solicitation Notice – Nationwide Indefinite Quantity Contract for Architect-Engineering Services, Total Small Business Set-Aside.

Notice Date
4/24/2014
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Agricultural Research Service - Western Business Service Center
 
ZIP Code
00000
 
Solicitation Number
13-1216-02
 
Archive Date
5/30/2014
 
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
Total Small Business
 
Description
**EDITED TO INCLUDE THE FOLLOWING INFO - Prime Contractors must submit SF-330's as described below. All subcontractor resumes should be included in part 1 of the SF-330. A part 2 of the SF-330, general qualifications, should also be submitted for each subcontract. This is a Pre-Solicitation notice. Interested Firms are asked to submit their SF-330's as outlined below. Submissions will be reviewed by a Technical Evaluation Panel (TEP) and scored and ranked based on the stated ecaluation factors. The TEP will then establish a competitve range; firms that fall within this range will be invited to interview with the TEP and present their firms capabilities. Formal Solicitations requesting cost proposals will be issued to the highest qualified firms as determined by the TEP in accordance with FAR 15.3, Source Selection. **END OF CHANGES** The USDA, Agricultural Research Service (ARS) has a requirement for an Indefinite Quantity Contract (IQC) for Engineering Design and Construction Management/Administration Services for repair and maintenance, alteration, and/or new construction projects (including greenhouses and specialized farm buildings) for its research laboratory facilities located throughout the United States. Services under the contract will include, but are not limited to, energy-related studies, environmental site assessments and studies, building and/or site investigations/studies, feasibility and conceptual studies, geotechnical investigations, radon testing, bio-containment, asbestos and other hazardous materials abatement, life cycle cost analyses, engineering design criteria development, statements of work/program of requirements development, design analyses, designs, construction drawings, specifications (including specifications for design-build), detailed cost estimates and analyses, bidding phase services, construction management/administration (including on-site construction management/administration, bid evaluations, shop drawings and submittals review and approval), construction inspection and/or monitoring, design review, technical consultation, field surveys, engineering reports, and computer-aided drafting. The contract shall be for a period of 12 months from date of award, with options for four (4) additional 12-month periods. Delivery orders will be issued for each individual project. The annual amount of the contract will be a minimum of $1,000 and will not exceed $2,000,000. The cumulative amount of all delivery/task orders will be a minimum of $1,000 and will not exceed $10,000,000 over the life of the contract. The Government reserves the right to award more than one contract for this requirement. The Government anticipates award of one or more IQCs however, there is no initial project. Consideration of firms will be limited to those firms who can provide professional A-E services primarily in the disciplines of architectural, civil, structural, mechanical, electrical and environmental engineering for pre-design, design and post-design A-E services for research laboratory facilities, including greenhouses and specialized farm buildings such as breeding and rearing facilities, barns, stock-watering systems/facilities, etc. The following specific factors will form the basis for evaluation and determination of those highly qualified firms and selection of the best qualified. All factors are weighted by importance; individual factors are listed below in order from most important to least important: •1) Specialized experience and technical competence in the type of work required to alter or repair facilities in support of agricultural research in laboratory and field settings including, where appropriate, pollution prevention, bio-containment, waste reduction, and the use of recovered materials. Experience in the inclusion of energy-saving and sustainable features into the design, as shown by the use of the requirements of ASHRAE 90.1, EPACT 2005, Executive Order No. 13423 and LEED. Various tasks include: ESPC's and Retro-Commissioning. Bio-containment experience is preferred but not required. •2) Professional qualifications; including general education, training and experience of the Design A-E and its primary consultants necessary for satisfactory performance of required services. Professional Licenses of Team Members in the states of California, Colorado, Georgia, Illinois, Maryland, Mississippi, Pennsylvania, and Texas is preferred but not required. •3) The capacity of the Design A-E and its consultants, in terms of numbers and diversity of in-house disciplines and resources, to accomplish all work on schedule and to successfully manage multiple task orders simultaneously. •4) Past performance on similar contracts with Government agencies and private industry in terms of cost control, quality control, compliance with performance schedules, and demonstrated ability to successfully coordinate all planning, design, bid and construction phase work with all subcontractors, and to communicate effectively with the customer on project progress issues. Demonstrated ability in: quality assurance work, "punch lists," commissioning services, final inspections; and Record Drawings is vital. Signed reference letters from previous costumers are preferred. •5) Location of major offices within geographic proximity to ARS locations including: Albany, CA; Athens, GA; Beltsville, MD; College Station, TX; Fort Collins, CO; Peoria, IL; Stoneville, MS; Wyndmoor, PA; Co-location of the offices of the consultants in the same general locations as the Design A-E is preferred. Firms shall describe their procedures for coordinating project activities with consultants and sub-consultants which are not co-located within the same general location of the firm. The NAICS code is 541330, and the small business size is $14 million or less in average annual receipts. This requirement is being competed as a Total Small Business Set-Aside to businesses who are qualified and responsible A-E firms. Firms meeting the above requirements and desiring consideration must submit one (1) original and three (3) copies of the Standard Form (SF) 330 with appropriate data. A part 2 of the SF-330s must also be submitted for all proposed subcontractors or consultants in one (1) original and three (3) copies each. Offerors are encouraged to submit their SF-330s via overnight/express mail to: Trent Stevens, Contract Specialist, 5601 Sunnyside Avenue, Mail Stop 5124, Beltsville, MD 20705. Indicate Project No. 13-1216-01 on all documentation submitted. No faxed, electronic, telegraphic or telephonic submittals will be accepted. The closing date for receipt of the SF-330s shall be 4:30 p.m. (local time) on May 15, 201 4. Personal visits for the purpose of discussing this requirement are strongly discouraged and will NOT be scheduled. THIS IS NOT A REQUEST FOR PROPOSAL. Point of Contact Trent Stevens, Contract Specialist, Phone 301-504-4584, Fax 301-504-1216, Email Trent.Stevens@ars.usda.gov - Danielle Dove, Procurement Assistant, Phone 301-504-1171, Fax 301-504-1216, Email Danielle.Dove@ars.usda.gov Place of Performance Various ARS locations throughout the United States.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/201362fa336e5d85e53ed14ce5524cd5)
 
Record
SN03347923-W 20140426/140424235106-201362fa336e5d85e53ed14ce5524cd5 (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.