SOURCES SOUGHT
99 -- USDA APHIS Nationwide A-E Services 2021
- Notice Date
- 9/8/2020 7:51:58 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USDA APHIS MRPBS MINNEAPOLIS MN 55401 USA
- ZIP Code
- 55401
- Solicitation Number
- 21R0002
- Response Due
- 9/25/2020 10:00:00 AM
- Archive Date
- 11/15/2020
- Point of Contact
- Jim Roloff, Phone: 6123363223
- E-Mail Address
-
james.g.roloff@usda.gov
(james.g.roloff@usda.gov)
- Description
- This is a sources-sought notice for market research purposes only.� Do not send proposals in response to this notice.� USDA�s Animal and Plant Health Inspection Service (APHIS), Acquisition and Asset Management Division (AAMD) Acquisition Branch, seeks information concerning Architect-Engineer (A-E) firms interested in competing for a multiple-award Indefinite Quantity Contract (IQC) to perform multi-disciplined A-E services for APHIS, though other agencies within USDA may write task orders against resultant contract(s).� The services would cover a wide range of nationwide A-E services including architectural, mechanical, electrical, civil, and structural work for the preparation of contract drawings, specifications, cost estimates, and possible associated services such as: LEED design, NEPA documentation and environmental assessments, designer of record services, commissioning, value engineering, design (peer) review, master planning, facility inspection for deficiencies, obtaining various required permits, construction management, geotechnical investigations, surveying, and performing Construction Inspection Contractor (CIC) services.� CIC services may or may not be related to work designed by said firm if or when used.� Projects would cover a variety of building types nationwide, such as laboratories, animal and plant inspection stations, quarantine stations, bio-containment facilities, utility buildings, incinerators, fumigation hoods, compressed gas facilities, water and sewer mains, and water treatment facilities.� Major facilities are located across the USA. The NAICS code for these services is 541330.� The small business size standard is $16.5 million.� The resultant contract(s) would have a base period of one year with four, one-year option periods, an annual contract value of $3 million, and a total IQC value of $15 million.� Firm-fixed price task orders would be negotiated and awarded for each requirement against the contract. The APHIS, AAMD Acquisition Branch seeks input from A-E small business firms, particularly small disadvantaged businesses, HUBZone, service-disabled veteran-owned, and woman-owned small businesses.� The Government will not award a contract based on this Sources-Sought Notice, the information received, nor reimburse participants for the information they provide.� The APHIS, AAMD Acquisition Branch is interested only in identifying interested and capable small-business contractors and receiving industry feedback to improve the acquisition process as part of the market research. Small Business (SB) Set-Aside Determination:� The APHIS, AAMD Acquisition Branch reserves the right to determine if a SB set-aside is appropriate as well as one of the targeted socio-economic programs (HUBZone, SDVO, or woman-owned program) based on responses to this notice and other pertinent information gathered by the contracting officer.� In order for the Government to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capacity and capability to successfully perform and manage all the requirements of A-E services.� If you are an interested small business concern, please provide the following information:� 1) business name and point of contact; 2) DUNS number; 3) evidence of HUBZone, SDVO, 8(a), or other small business concern status; and 4) a brief statement of capability (no more than 10 pages) that demonstrates the ability to meet the requirements specified in the above description of services.� Also include any past performance information on Government contracts of a similar nature.� Electronic responses are preferred.� No requests for capability briefings will be honored as a result of this notice.� Information provided will not be used as a part of any subsequent solicitation requirement.� Interested sources are responsible for appropriately marking information if it is proprietary in nature.� Responses are due at noon Central Time on September 25, 2020, to the attention of Jim Roloff, Contracting Officer, via e-mail to james.g.roloff@usda.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d2a3f2bc89a9404b9f1c797bb4cc8f5a/view)
- Record
- SN05790397-F 20200910/200908230157 (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 |