Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2018 FBO #5955
SOURCES SOUGHT

C -- A&E A3 MAIN BUILDING STABILIZATION SOURCES SOUGHT

Notice Date
3/12/2018
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
USGS OAG DENVER ACQUISITION BRANCH PO BOX 25046 204 DENVER FEDERAL CENTER DENVER CO 80225-0046 US
 
ZIP Code
00000
 
Solicitation Number
140G0218Q0098
 
Response Due
3/16/2018
 
Archive Date
3/31/2018
 
Point of Contact
Wilson, Mary
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number:140G0218Q0098 Notice Type: A & E Sources Sought Sources Sought: SOURCES SOUGHT: This is a SOURCES SOUGHT NOTICE. The U.S. Geological Survey, Columbia Environmental Research Center (CERC) has a requirement for an Architect-Engineering Services (A-E) contract request for SF 330. This is a Small Business set aside under NAICS code 541310 with a Small Business Size Standard $15M for the requirement. This will be a firm fixed price contract. The services will be procured in accordance with Public Law 92-582 (Brooks Act) and FAR 36.6. This is a two part process: Part I - Offerors will submit their SF330 A-E Qualifications by the response due date. Forms can be found on GSA website https://www.gsa.gov/reference/forms. The government will then evaluate and rate them. The most highly qualified firms will then be slated forward for consideration under Part II. Part II - Only the most highly qualified firms will be sent the Request for Proposal (RFP) to respond to by the date indicated in the RFP. The firms will be evaluated in depth and ranked in numerical order for award. This is a total Small Business set aside. CONTRACT REQUIREMENTS: Building A3 is a 34,019 ft ² (3,160 m ²) structure with offices and laboratory space. The building was originally constructed in 1965 with an additional wing constructed in 1995. The building has a partial basement. Within the last several years settling has been observed in the northwest and northeast quadrants of the building, in the north corridor of the basement, and on the east and west corridors of the building. Some cracking and separating has appeared in interior walls. The Contractor shall provide investigative and design services, and specifications required to stabilize the building. The contractor shall document all necessary architectural, structural, geotechnical, and mechanical modifications required for a complete design for stabilization. The Contractor shall: 1.Evaluate the structure and determine what movement is occurring and determine the extent of the movement. 2.The contractor shall make recommendations and provide specifications for corrective actions necessary to correct the cause or causes of the building's movement. The contractor shall provide a written summary of the steps and actions that must be taken to correct deficiencies that are causing the building's movement. 3.The contractor shall evaluate the extent of damage that has already occurred and provide recommendations for actions to make the necessary repairs to the structure and to stop the building's movement. It is not the intent to restore the building to its original location but to stabilize the building in place. The engineering design documentation shall include all safety regulations and concerns that typically apply to structural stabilization and building foundation support work. 4.The design specifications shall clearly state the method to be used for correcting the physical and structural deficiencies discovered in the building and grounds around and under the building. The design specifications shall be delivered in printed and electronic formats. 5.The design drawings and specifications shall and indicate actions to be taken to stop the building's movement. Contractors shall identify any potential damages that may occur as a result of structural repairs needed to remedy the structure's current condition and propose recommended solutions based on the intent to maximize the building's life cycle. 6.The engineering contractor shall submit a minimum of 3 copies, hard copy and electronic format of the investigative results and design submittals to the COR. SELECTION CRITERIA: Part 1 - The selection criteria are listed in the descending order of importance, with factors A and B being equal and factor C. FACTOR A, Past Performance on similar prior contracts for the USGS, and other Federal and State agencies, relating to the required services as described in this announcement. The offeror is responsible for ensuring that the customer references cited in Section F of the SF 330 are received. FACTOR B, Key Personnel/Professional Qualifications. Offeor shall provide a list of the key personnel expected to perform work under this contract and registered/licensed professional engineer(s), experience, education, certifications of each person, and as permanent staff of the prime or prime clearly demonstrates the management of these professionals in teaming and subcontracting arrangements. The evaluation will consider certifications, education, training, registration, overall and relevant experience, ability to keep pace with evolving technology and product specifications, longevity with the firm, and personnel strength. FACTOR C, Quality Assurance Plan: To ensure contractor progress is made and to evaluate the contractor's performance. PRICING: A current wage determination will be incorporated in the contract. All wages and benefits of service employees performing under the contract must be at least equal to the applicable wage rate. Auditing Requirements: In accordance with FAR Clause 52.215-2, the Contracting Officer or an authorized representative of the Contracting Officer shall have the right to examine and audit all records, including authorizing any auditor acting on behalf of Federal, State, City and County governments. The contractor agrees to submit to audits and investigations by any authorized State auditor in connection with any and all state funds received pursuant to any task order issued. The contractor is not required to keep records or submit to audits of any records that are not required to be retained or audited under this federal contract. Your company must have a DUNs number and be registered on-line at the SAM.GOV website. You will also be required to provide your small business status information either via the RFP or the On-line System for Award Management website before an award to your company can be made. Your on-line SAM registration will cover any/all of your offers to the Federal Government, and only needs updated annually. SUBMISSION REQUIREMENTS: Firms having the capability to perform this work and desiring to be considered shall submit an SF330 completed in its entirety. All subcontracting or teaming arrangements must be included in the SF330. Include the business size and estimated percentage of involvement of each firm (prime, subcontractors, teaming partners). Address all items in the selection criteria paragraph above. Submittals from consortium/teaming arrangements are permitted, but only one submittal by any one member of that consortium/teaming arrangements as prime will be considered. All responses must be submitted NLT March 16, 2018 at 04:00 PM CST via e-mail to: bwilson@usgs.gov. Please specifically address the selection criteria above using Section H of the SF330. Section H is limited to 50 pages. Additional Information: Contracting Officer Address: Denver Acquisition Branch Action Code: Issue Date: March 12, 2018 Close Date: March 16, 2018 Amendment Date: Close Date Amended: Classification code (C= Architect and Engineer Services) This is NOT a Request for Proposal (RFP) or Invitation for Bid (IFB) and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/140G0218Q0098/listing.html)
 
Record
SN04850988-W 20180314/180312231200-c8bb6c52b21b46c462febc696424ece6 (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  © 1994-2020, Loren Data Corp.