Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2019 SAM #6567
SOURCES SOUGHT

C -- Architect-Engineer Services - Midwest Area

Notice Date
11/20/2019 5:56:33 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
 
ZIP Code
61604
 
Solicitation Number
12505B20R0001
 
Response Due
12/13/2019 12:00:00 PM
 
Archive Date
01/06/2020
 
Point of Contact
Joshua J. Dobereiner, Phone: 309-681-6410
 
E-Mail Address
josh.dobereiner@usda.gov
(josh.dobereiner@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS FOR MARKET RESEARCH PURPOSES ONLY, NOT A REQUEST FOR PROPOSAL OR SOLICITATION.Agricultural Research Services (ARS) is conducting market research to support an Indefinite Quantity Contract (IQC) for Engineering Design and Construction Management/Administration 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 Midwest Area (MWA), which includes Illinois, Indiana, Iowa, Kentucky, Michigan, Minnesota, Missouri, Ohio, and Wisconsin. The ARS is seeking small business sources, including service-disabled veteran-owned small businesses, HUBZone small businesses, 8(a) certified companies, and women-owned small businesses. The associated North American Industry Classification System (NAICS) Code is 541330, Engineering Services. The Small Business Size Standard is $16.5 million.Services for this requirement will include, but are not limited to, energy-related studies, environmental site assessments and studies, building and/or site investigations/studies, feasibility and conceptual studies, geotechnical investigations, radon testing, asbestos and other hazardous materials abatement, life cycle cost analyses, engineering design criteria development, statements of work/program of requirements development, design analyses, designs, construction drawings, specifications (including specifications for design-build), detailed cost estimates and analyses, bidding phase services, construction management/administration (including on-site construction management/administration, bid evaluations, shop drawings and submittals review and approval), construction inspection and/or monitoring, design review, technical consultation, field surveys, engineering reports, and computer-aided drafting.The contract shall be for a period of 12 months from date of award with four, one-year option periods. Task orders will be issued for each individual project.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.Places of PerformancePeoria, IL; Urbana, IL; West Lafayette, IN; Ames, IA; Bowling Green, KY; Lexington, KY; East Lansing, MI; Morris, MN; St. Paul, MN; Columbia, MO; Columbus, OH; Wooster, OH; and Madison, WIRespondents shall furnish sufficient technical information necessary for the Government to conclusively determine that they are capable of meeting the technical requirements identified above. Firms believing they can meet the requirements are encouraged to respond electronically with no less than the following information:• Business name, DUNS number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB), point of contact name, mailing address (if different from business address), phone number and email address;• Sufficient descriptive literature that unequivocally demonstrates that offered services will meet or exceed above specifications;• Descriptive material necessary for the government to determine whether the service offered meets the technical requirements.The government is not responsible for locating or securing any information, not identified in the response.Interested Parties must respond with capability statements via email to josh.dobereiner@usda.gov on or before December 13, 2019 at 2:00 PM Central Standard Time.Notice of Intent:Responses to this sources sought announcement will assist the Government in determining whether or not any future requirement similar to this one should be set aside for small business, made available to full and open competition or procure through sole-source acquisition procedures.Disclaimer and Important Notes:This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in beta.sam.gov. Responses to this notice will NOT be considered adequate responses to a solicitation.Confidentiality:No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b82b0974ce2941cab7fcbe0c8fd25f8a/view)
 
Record
SN05500019-F 20191122/191122043511 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.