MODIFICATION
C -- RECOVERY - Architectural and Engineering Serivces
- Notice Date
- 8/4/2009
- Notice Type
- Modification/Amendment
- Contracting Office
- Department of the Interior, U. S. Geological Survey, USGS - All Offices, U S GEOLOGICAL SURVEY, APS ACQUISITION BRANCH, MS 205, ROOM 6A33812201 SUNRISE VALLEY DRIVE RESTON VA 20192
- ZIP Code
- 20192
- Solicitation Number
- 09HQSS0031
- Response Due
- 9/3/2009
- Archive Date
- 8/4/2010
- Point of Contact
- ROBIN DOYLE CONTRACT SPECIALIST 7036487346 rsdoyle@usgs.gov;<br />
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- RECOVERY - The Department of the Interior, U.S. Geological Survey (USGS) (a scientific organization) Design and Construction Section, has a requirement for an array of Architectural and Engineering (A&E) services throughout the United States. The Government anticipates award of a non-commercial, multi-vendor, firm fixed priced, Indefinite-Delivery, Indefinite-Quantity type contract. The procurement is anticipated to include a period of performance of one year with four (4), one-year option periods. A formal solicitation and statement of work will be available once interviews are completed and will be released only to selected firms at that time. This requirement is being issued as full and open competition. The applicable North American Industry Classification Code 541310 and the Size Standard is $4,500,000. There are incumbent contractors. This acquisition is open to all business concerns in accordance with the Small Business Competitive Demonstration Program (FAR 19.10). Architect-Engineer selection procedures will be used and selection will be a non-project specific through the pre-selection and interview stage. Contractors are advised to complete the Annual Representations and Certifications, FAR 52.204-8 (most recent edition). The Representations and Certification must be filled-in online at http://orca.bpn.gov/. The required Annual Forms Vets-100 must also be filled-in online at http://vets100.vets.dol.gov per FAR 52.22-37. Full or partial funding for requirements to be completed by resultant contract award(s) may utilize funds provided by the American Recovery and Reinvestment Act of 2009. Inclusion of unique provisions required to implement the Act, including those for significant reporting and transparency requirements by the successful offeror(s), will be required in any resultant contract. (ATN: C00004) The Government intends to make multiple task order awards for American Recovery and Reinvestment Act (ARRA) and non-ARRA projects. Placement of orders may be made by any warranted U.S. Geological Survey (USGS) Contracting Officers located throughout the United States. The total contract amount will not exceed $30,000,000. The minimum guarantee for the entire contract terms (including option years) will be satisfied by the award of the initial Task Order (s). Contract will provide a minimum guarantee of $25,000.00 over the life of the contract. The types of services to be provided will include those services normally required by an architectural-engineering firm such as, but not limited to: (a) project specifications and drawings; (b) project cost estimates; (c) design and engineering reviews; (d) program evaluations; (e) feasibility studies; (f) value/analyzes engineering studies and reports; (g) project management and inspection; (h) comprehensive conditions assessments; (i) energy audits; and (j) research vessel condition assessments (k) project data sheets (l) environmental/historic evaluations (m) sustainability (n) facility and special studies. Professional registration is required for all Lead Engineers per project. Note: NO solicitation package will be issued, the Draft Statement of Work (SOW) may be located at http://www.usgs.gov/contracts/acq_opp/public_notices.html for informational purpose only in order to clarify the Government's requirement; the complete SOW and Solicitation Package will only be issued to selected firm(s). All A&E firms, which meet the requirements described in this announcement, are invited to submit a completed Standard Form (SF) 330. Detailed information on consultants and subcontractors, if applicable, MUST be included in the submittal. Evaluation Factors (1) through (3) are considered most important and equal; factors (4) through (5) are lesser importance and will be used as tiebreakers among technical equal firms. Evaluation Factors include: (1) professional qualifications necessary for satisfactory performance of required services and to do this with in-house personnel; (2) specialized experience and technical competence in the type of work required, including where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (3) demonstrated capabilities in sustained accomplishment of work with the established time limits form multiple for simultaneous task/delivery order; (4) past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; and (5) knowledge of the locality per project; provided that application of this criterion leaves an appropriate number of qualified firms. The successful firm(s) will be awarded an IDIQ contract based solely on the data contained in the SF 330, references, questions and answers of pre-selected firms. Once the interviews are completed, the Government will select a minimum of three firms to negotiate an IDIQ contract (s). Upon successful completion of the negotiations with the selected firms, IDIQ contracts will be awarded. Responses are due no later than, Thursday, September 3, 2009, 2:00 pm, Eastern Standard Time; send one (1) original and four (4) copies. Late responses will be handled in accordance with FAR 52.215-1. Facsimile or electric copies will not be accepted. Please provide the following additional information on the form(s): Tax Identification Number (TIN) and Data Universal Numbering System (DUNS) number. All contractors doing business with the Government are required to be registered in the Central Contractor Registry (CCR). For additional information or to register with CCR access http://www.ccr.gov. Provide evidence that your firm is permitted by law to practice the professions of architecture or engineering (i.e. state registration number). Responses should be sent to the following address: U.S. Geological Survey; Office of Acquisition and Grants; Attn: Robin Doyle; 12201 Sunrise Valley Drive, Mail Stop 205; Reston VA 20192. Please send all questions concerning this project via email to rsdoyle@usgs.gov. Include the solicitation number, project name, requesting firm and address, a point of contact and telephone number. Point of Contact:Robin Doyle, Contracting Officer Telephone: 703-648-7346 Email: rsdoyle@usgs.gov ATN: C00004
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/09HQSS0031/listing.html)
- Record
- SN01898549-W 20090806/090805000045-1d2c51d8adccc1fb8e12ba3164f04cf9 (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 |