Illinois Bids > Bid Detail

Architect and Engineering Services - Single Award IDIQ

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159870997768820
Posted Date: Dec 5, 2022
Due Date: Dec 22, 2022
Solicitation No: 12505B23R0001
Source: https://sam.gov/opp/d73c7d7ecf...
Follow
Architect and Engineering Services - Single Award IDIQ
Active
Contract Opportunity
Notice ID
12505B23R0001
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS PA AAO ACQ/PER PROP
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Dec 05, 2022 02:25 pm MST
  • Original Response Date: Dec 22, 2022 12:00 pm MST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: C1DB - ARCHITECT AND ENGINEERING- CONSTRUCTION: LABORATORIES AND CLINICS
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Peoria , IL 61604
    USA
Description

This is a pre-solicitation notice.



The USDA, Agricultural Research Service (ARS) has a requirement for a Single-Award Indefinite Quantity Contract (IQC) for Architect-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). The Midwest Area – Illinois, Indiana, Iowa, Kentucky, Michigan, Minnesota, Missouri, Ohio, and Wisconsin.



Services under the contracts 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 contracts shall be for a five (5) year ordering period from date of award. Firm-fixed-price task orders will be issued for each individual project. The cumulative amount of the delivery/task orders will be a minimum of $1,000 and will not exceed $20,000,000.



The Government will award a single Indefinite Quantity Contract. Individual funded requirements will be awarded through the issuance of firm-fixed-price Task Orders; however, no project exist currently. A solicitation will be issued on or about December 26, 2022.



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 factor weights are listed with each factor description:



1. 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, waste reduction, and the use of recovered materials. Experience in the inclusion of energy-saving and sustainable features into the design, as shown using the requirements of ASHRAE 90.1, EPACT 2005, Executive Order No. 13693 and LEED. Various tasks include: Mechanical, Electrical, Structural, Civil, Retro-Commissioning, and Construction Management Services. Preference will be given to firms who demonstrate experience with agricultural research facilities.



2. 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.



3. Professional qualifications; including general education, training and experience of the Design A-E and its primary consultants necessary for satisfactory performance of required services. Professional Licenses of Firms and Team Members in all the states included in the Area of interest.



4. 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.



5. Location of a major offices within geographic proximity to ARS Area Headquarters; Co-location of the offices of the consultants in the same general location as the Design A-E is preferred. Firms shall submit 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 NAICS code is 541330, and the small business size is $22.5 million or less in average annual receipts. This requirement is being competed to all small businesses who are qualified and responsible A-E firms. Personal visits for the purpose of discussing this requirement are strongly discouraged and will NOT be scheduled.


Attachments/Links
Contact Information
Contracting Office Address
  • 2150 CENTRE AVENUE BLDG D, SUITE 300
  • FORT COLLINS , CO 80526
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 05, 2022 02:25 pm MSTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >