SOLICITATION NOTICE
C -- Nationwide Architect and Engineering Services, Indefinite Quantity Contract
- Notice Date
- 11/20/2007
- Notice Type
- Solicitation Notice
- 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
- 20705-5124
- Solicitation Number
- AG-3K15-S-07-0008
- Response Due
- 1/3/2008
- Point of Contact
- Alfred Kaufman, Contract Specialist , Phone 301-504-4523, Fax 301-504-1187, - Alfred Kaufman, Contract Specialist , Phone 301-504-4523, Fax 301-504-1187
- E-Mail Address
-
al.kaufman@ars.usda.gov, al.kaufman@ars.usda.gov
- Description
- ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT ENGINEER QUALITICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE SOLICITATION PACKAGE TO DOWNLOAD. This contract is being procured in accordance with the Brooks Architect-Engineers Act as implemented in FAR Subpart 36.6. One or more Indefinite Quantity Contract(s) may be awarded from this solicitation. A-E Services are to support major facility renovation projects, plus repair and maintenance, alteration, and/or new construction projects for research laboratory facilities (including greenhouses and various levels of bio-containment facilities) in the United States. Services will include, but not be limited to, sustainability designs, energy conservation and energy-related studies, environmental site assessments and studies, asset management investigations and studies, physical security assessment and design, building and/or site investigations/studies, historical preservation, feasibility and conceptual studies, geotechnical investigations, radon testing, asbestos and other hazardous material abatement, life cycle cost analysis, engineering design criteria development, Program of Requirements development, design analysis, designs, construction drawings, specifications, detailed cost estimates and analysis, charrettes, bid phase services, construction management/administration, construction inspection, bid evaluations, shop drawings, and submittal review and approval, construction monitoring, design review, technical consultation, field surveys (GPS coordination, centerline survey, property maps), engineering reports, computer-aided drafting, web portal updates and development/preparation of Statement of Work for various research facilities. Firms should have experience with the requirements of ASHRAE 90.1, EPACT 2005, Executive Order No. 13423, and LEED. The contract will be for one year from the date of award, with 4 one-year options. Task orders will be issued for individual projects. The task order amount will be a minimum of $1,000, and will not exceed $5,000,000. The cumulative amount for task orders during the base year, or options years, shall not exceed $5,000,000. The cumulative amount of all task orders over the life of the contract will be a minimum of $1,000 and will not exceed $25,000,000. The Government reserves the right to award more than one contract for this requirement. There is no initial project. Evaluation Criteria - Selection will be based on the following six primary criteria. All criteria are shown in descending order of importance: (1) Education and relevant experience of personnel proposed for this contract to provide quality planning and design services, Master Plans, PORs, investigative reports, drawings, specifications, calculations, cost estimates, for projects. The firm shall demonstrate their experience with managing various project delivery methods for research type facilities. (2) Qualifications of the firm to provide a full range of services for research facilities. (3) Relevant past performance with respect to contracts measured by quality, cost control and compliance with schedules and the firm?s methodology to provide direct communications with the customer on project progress issues. (4) Capacity of the firm to perform the work, accomplish work on schedule and to execute multiple tasks simultaneously. (5) The firm will have offices, with multiple-disciplines, in different regions of the country to support the ARS research locations throughout the United States. The firm shall describe their procedures to coordinate project activities with consultants and sub-consultants which are not co-located within the same general location of the firm. (6) The firm's methods to achieve the goals for small business subcontracting. A-E firms which meet the requirements described in this announcement are invited to submit one original with four copies of Standard Form (SF) 330, Part I and Part II, not later then 2:00 PM (EST) on January 3, 2008, to the ARS address stated above. Information about the Agricultural Research Service (ARS) and its mission and research locations may be found on our web site at http://www.ars.usda.gov/main/main.htm. No faxed, telegraphic, e-mail, or telephonic submittals will be accepted. Personal visits for the purpose of discussing this requirement are strongly discouraged and will NOT be scheduled. THIS IS NOT A REQUEST FOR PROPOSALS. The proposed procurement listed herein will be an unrestricted procurement, and submittal from large and small businesses will be considered. The NAICS code for this 541330 with a corresponding Small Business size standard of $4.5 million average annual receipts from the preceding three years. If a large business is selected for a contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on the part of the work it intends to subcontract. The subcontracting goals for this contract are for a minimum of 27 percent of the contractor's intended subcontract amount to be placed with small businesses; including 5 percent for small disadvantaged businesses, 5 percent for woman-owned small businesses, 3 percent for HUBZone small businesses, and 3 percent for service-disabled veteran-owned small businesses. The subcontracting plan is not required with the SF 330. Point of contact: Alfred Kaufman, Contract Specialist, Phone 301-504-4523, E-mail Al.Kaufman@ars.usda.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-NOV-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USDA/ARS/FCB/AG-3K15-S-07-0008/listing.html)
- Place of Performance
- Address: Various Addresses within the United States.
- Zip Code: 20705
- Country: UNITED STATES
- Zip Code: 20705
- Record
- SN01456323-F 20071122/071120225101 (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 |