SOURCES SOUGHT
C -- SEPRL - Athens, GA
- Notice Date
- 9/11/2007
- 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, MD, 20705-5124, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- SEPRL-1
- Response Due
- 10/12/2007
- Archive Date
- 10/27/2007
- Description
- The Department of Agriculture (USDA) is conducting a market survey to identify the availability and interest of qualified small, small service-disabled veteran-owned, HUBZone, and 8(a) firms as potential sources of Architect-Engineering (A-E) services for the modernization of a bio-containment research facility in Athens, GA. The NAICS code is 541330 and 541310 with a size standard of $4.5 million. THIS IS A REQUEST FOR INFORMATION. DO NOT SUBMIT SF-330?s. The United States Department of Agriculture, Agricultural Research Service, has a requirement for Architect-Engineering (A-E) services for the design and monitoring of a major facility modernization effort through renovation of existing bio-containment facilities and construction of new bio-containment facilities at its Southeast Poultry Research Laboratory in Athens, Georgia. As presently conceived, the approximately 250,000 GSF facility will consist of multiple structures generally comprised of : 1) a new research laboratory building having an area of about 195,000 GSF containing Biological Safety Level-2 (BSL-2) and BSL-3 enhanced laboratory facilities; administrative and laboratory office space; laboratory support place; and Animal Biological-Safety Level-2 (ABSL -2) , A BSL-3 and 3 Agricultural animal space; 2) 5 new poultry production and housings facilities having a total area of about 36,000 GSF including some Filtered Air Positive Pressure production facilities for Specific Pathogen Free flocks 3) extensive site, infrastructure, and central utility plant upgrades (including a wastewater sterilization facility); and 4) miscellaneous support facilities. This project will include demolition of most of the existing laboratory and animal housing facilities. The total construction cost of this modernization effort is estimated to be in excess of $190,000,000. The professional services may include, but not be limited to, the development, preparation, production and/or performance of: energy related studies; building, environmental and/or site investigations/studies and investigative reports; feasibility and conceptual studies; programs of requirements development; value engineering exercises; topographical surveys; geotechnical investigations; the surveying, testing and design for abatement of asbestos, lead paint, and other hazardous materials; life cycle cost analyses; engineering design analyses and criteria development; design review services, designs, construction drawings, specifications, and detailed construction cost estimates; bid phase services and evaluations; construction management/administration (may include some full time on-site construction administration); shop drawing and submittal review and approval; construction inspection and/or monitoring; technical consultation; facility commissioning activities and other related tasks. The method of construction delivery will be determined by availability of construction funds but may include traditional Design-Bid-Build, Fast Track, or Construction Manager methods. Firms shall be able to provide all required professional A-E services in the disciplines of architectural, structural, civil, mechanical, agricultural, and electrical engineering, and specialized consultants for pre-design, design, and post design services. The prime A-E must have an office with significant staffing of all major disciplines required by the effort within a 100 mile radius of the project site. Interested firms are invited to respond to this announcement by providing the following information: a) geographical location(s) of major and satellite offices; b) business size (large or small) and type of firm (8(a) concerns, HUBZone small business, small disadvantaged business, women-owned or service-disabled veterans, or other eligible veterans); c) company literature/documentation supporting experience in work similar in type and to identify any bio-containment laboratory experience performed within the past five years. NO SOLICITATION EXISTS AND NO STANDARD FORMS 330, A-E Qualifications, ARE BEING ACCEPTED AT THIS TIME. THIS REQUEST IS INTENDED ONLY TO IDENTIFY SOURCES OF SERVICES. The Government does not intend to award a contract on the basis of this sources sought announcement or to otherwise pay for the information requested. The deadline to respond to this notice is October 12, 2007. No site visits to the facility are allowed. Requested information shall be limited to no more than 20 pages. Interested firms are instructed to submit written responses by e-mail to jennifer.friel@ars.usda.gov, fax to 301/504-1220 or mail to Jennifer Friel, USDA, ARS, FD, Ames Modernization Branch, 5601 Sunnyside Avenue, Mailstop 5145, Beltsville, MD 20705-5145.
- Place of Performance
- Address: 934 College Station Road, Athens, Georgia
- Zip Code: 30605
- Country: UNITED STATES
- Zip Code: 30605
- Record
- SN01402007-W 20070913/070911220252 (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 |