News

Nationwide A-E Services

Type of document: Contract Notice
Country: United States

Nationwide A-E Services

Agency:
Department of Agriculture

Official Address:
5601 Sunnyside Drive Beltsville MD 20705

Zip Code:
20705

Contact:
Angela B. Wingert, Contract Specialist, Phone 301-504-1181, Email angela.wingert@ars.usda.gov

Link:

Date Posted:
19/09/2017

Classification:
C

Contract Description:

THIS AMENDMENT OVERIDES ALL INFORMATION PREVIOUSLY POSTED FOR THIS SOLICITATION.  ALL INTERESTED FIRMS SHALL RESPOND TO THIS NOTICE BY SUBMITTING THE SF-330.  ONLY THOSE FIRMS CONSIDERED AS HIGHLY QUALIFIED WILL BE ASKED TO PROVIDE PRICING.  THE PREVIOUS POSTING OF THE SOLICITATION PACKAGE WAS DONE IN ERROR AND THAT DOCUMENT WILL BE REMOVED.

This is a Pre-Solicitation notice. Interested Firms are asked to submit their SF-330’s as outlined below. Prime Contractors must submit SF-330’s as described below. All subcontractor resumes should be included in Part 1 of the SF-330. Part 2 the SF-330, General Qualifications, should also be submitted for each subcontract.

Submissions will be reviewed by a Technical Evaluation Panel (TEP) and scored and ranked based on the stated evaluation factors. The TEP will then establish a competitive range; firms that fall within this range will be invited to interview with the TEP and present their firms capabilities. Formal Solicitations requesting cost proposals will be issued to the highest qualified firms as determined by the TEP in accordance with FAR 15.3, Source Selection.

The USDA-ARS-FMB anticipates issuing multiple award, Indefinite Quantity Contracts (IQC) for Nationwide Architect-Engineering (A-E) services. The period of performance for each award is one (1) base year, plus four (4) one (1) year option periods. The maximum contract ceiling over this entire performance period (base, plus four option periods, or five years total) is $24,000,000. The maximum aggregate dollar value of task orders awarded to each A-E cannot exceed the $24,000,000 ceiling.

The scope of work includes, but is not limited to: A-E services that require complex design efforts for new research laboratories, such as biocontainment facilities to accommodate research of deadly pathogens on active Federal installations; various repairs, alterations and/or improvements to administrative and research facilities. This includes designs for greenhouses, specialized farm buildings that includes research on genetics and breeding, reproduction nutrition, meats science, production systems, biological engineering and animal health.

Services under the contract 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, physical security assessment and mitigation, bio-containment design, 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 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.

Consideration of firms will be limited to those firms who can provide professional A-E services primarily in the disciplines of architectural, civil, structural, mechanical, electrical and environmental engineering for pre-design, design and post-design A-E services for research laboratory facilities, including greenhouses and specialized farm buildings such as breeding and rearing facilities, barns, stock-watering systems/facilities, etc.

The following specific factors will form the basis for evaluation and determination of those highly qualified firms and selection of the best qualified. All factors are weighted by importance; individual factors are listed below in order from most important to least important:

• Specialized experience and technical competence in the type of work required to alter or repair facilities in support of agricultural research in laboratory and field settings including, where appropriate, pollution prevention, bio-containment, waste reduction, and the use of recovered materials. Experience in the inclusion of energy-saving and sustainable features into the design, as shown by the use of the requirements of ASHRAE 90.1, EPACT 2005, Executive Order No. 13423 and LEED. Various tasks include: ESPC’s and Retro-Commissioning. Experience with bio-containment is preferred.

• Professional qualifications; including general education, training and experience of the Design AE and its primary consultants necessary for satisfactory performance of required services. Professional Licenses of Team Members in the states of California, Colorado, Georgia, Illinois, Maryland, Mississippi, Pennsylvania, and Texas is preferred.

• The capacity of the Design A-E and its consultants, in terms of numbers and diversity of in-house disciplines and resources, to accomplish all work on schedule and to successfully manage multiple task orders simultaneously.

• Past performance on similar contracts with Government agencies and private industry in terms of cost control, quality control, compliance with performance schedules, and demonstrated ability to successfully coordinate all planning, design, bid and construction phase work with all subcontractors, and to communicate effectively with the customer on project progress issues. Demonstrated ability in: quality assurance work, “punch lists,” commissioning services, final inspections; and Record Drawings is vital. Signed reference letters from previous costumers are preferred.

• Location of major offices within geographic proximity to ARS locations including: Albany, CA; Athens, GA; Beltsville, MD; College Station, TX; Fort Collins, CO; Peoria, IL; Stoneville, MS; Wyndmoor, PA; Co-location of the offices of the consultants in the same general locations as the Design A-E is preferred. Firms shall describe their procedures for coordinating project activities with consultants and sub-consultants which are not co-located within the same general location of the firm.

• The firm’s methods to achieve the goals for small business subcontracting. The subcontracting goals for this contract are for a minimum of twenty-seven (23) percent of the contractor’s intended subcontract amount to be placed with small businesses; including five (5) percent for small disadvantaged businesses, five (5) percent for woman-owned small businesses, three (3) percent for HUBZone small businesses, and three (3) percent for service-disabled veteran-owned small businesses.

The NAICS code is 541330, and the small business size is $14 million or less in average annual receipts. This requirement is being competed full and open to businesses who are qualified and responsible A-E firms. 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 plan is not required with the SF 330.

Firms meeting the above requirements and desiring consideration must submit one (1) original and three (3) copies of the Standard Form (SF) 330 with appropriate data. Part 2 of SF-330s must also be submitted for all proposed subcontractors or consultants in one (1) original and three (3) copies each.

Offerors are encouraged to submit their SF-330s via overnight/express mail to: Angela B. Wingert, Contract Specialist, 5601 Sunnyside Avenue, Mail Stop 5123, Beltsville, MD 20705. Indicate Solicitation No. AG-3K25-S-17-0001 on all documentation submitted. No faxed, electronic, telegraphic or telephonic submittals will be accepted.

The closing date for receipt of the SF-330s shall be 4:30 p.m. (local time) on October 19, 2017. Personal visits for the purpose of discussing this requirement are strongly discouraged and will NOT be scheduled. THIS IS NOT A REQUEST FOR PROPOSAL.

 

Response Date:
101917

Sol Number:
AG-3K25-S-17-0001

Free Tender Search

Search

Recent Posts

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory – placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy