SOURCES SOUGHT
Z -- Construction Indefinate Quantity Contract (IQC)
- Notice Date
- 12/6/2019 1:35:44 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USDA ARS PWA AAO ACQ/PER PROP ALBANY CA 94710 USA
- ZIP Code
- 94710
- Solicitation Number
- 12905B20R0004
- Response Due
- 1/9/2020 11:00:00 AM
- Archive Date
- 01/24/2020
- Point of Contact
- Jeffery A. Ridenour, Phone: 3093635914
- E-Mail Address
-
jeffery.ridenour@usda.gov
(jeffery.ridenour@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The USDA, Agricultural Research Service (ARS) has a requirement for an Indefinite Quantity Contract (IQC) for Construction 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 Pacific West Area (PWA), California (Albany, Davis, Parlier, Riverside, Salinas), Oregon (Burns, Corvallis, Pendleton), Washington (Pullman, Wapato, Wenatchee), Arizona (Maricopa, Tucson), Idaho (Aberdeen, Boise, Dubois, Kimberly), Nevada (Reno), Utah (Logan) and Hawaii (Hilo). 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 $2,000 and will not exceed $5,000,000. The cumulative amount of all delivery/task orders will be a minimum of $1,000 and will not exceed $25,000,000 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 contractors will be limited to those contractors who can provide construction 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 contractors. All factors are weighted by importance, individual factor weights are listed with each factor description: 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, 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. 13693 and LEED. 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. Location of an offices within geographic proximity to ARS Pacific West Area (PWA), California (Albany, Davis, Parlier, Riverside, Salinas), Oregon (Burns, Corvallis, Pendleton), Washington (Pullman, Wapato, Wenatchee), Arizona (Maricopa, Tucson), Idaho (Aberdeen, Boise, Dubois, Kimberly), Nevada (Reno), Utah (Logan) and Hawaii (Hilo). The NAICS code is 236220, and the small business size is $39.5 million or less in average annual receipts. This requirement is being competed full and open to businesses who are qualified and responsible construction contractors.Personal visits for the purpose of discussing this requirement are strongly discouraged and will NOT be scheduled. THIS IS NOT A REQUEST FOR PROPOSAL.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0eca16b83f884e698517ff2cebce6bb7/view)
- Record
- SN05511424-F 20191208/191206230253 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |