Search Contract Opportunities

A&E IDIQ Northeast Area   6

ID: 12305B21R0007 • Type: Solicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: May 6, 2021, 2:00 p.m. EDT

The USDA, has a requirement for an Indefinite Delivery Indefinite Quantity Contract (IDIQ) 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 Northeast Area (NEA); Maine, Vermont, Massachusetts, New Hampshire, New York, Connecticut, Rhode Island and Pennsylvania, New Jersey, Delaware, Maryland, Virginia, and West Virginia.

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, 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 options for four (4) additional 12-month periods. Delivery orders will be issued for each individual project. The annual amount of the contract will be a minimum of $1,000 and will not exceed $8,500,000. The cumulative amount of all delivery/task orders will be a minimum of $1,000 and will not exceed $45,000,000 over the life of the contract.

The Government anticipates award of multiple IDIQ contracts. Individual funded requirements will be awarded through the issuance of Task Orders; however, no project exist currently.

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:

Primary Factors:

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 by the use of 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.

2)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 Team Members in the states of Maine, Vermont, Massachusetts, New Hampshire, New York, Connecticut, Rhode Island and Pennsylvania, New Jersey, Delaware, Maryland, Virginia, and West Virginia are required.

3)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.

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.

Secondary Factor:

5)Location of a major offices within geographic proximity to USDA facilities; Co-location of the offices of the consultants in the same general location as the Design A-E is preferred. Firms shall describe their procedures for coordinating project activities with consultants and subconsultants which are not co-located within the same general location of the firm.

The NAICS code is 541330, and the small business size standard is $16.5 million. This requirement is a total small business set aside 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

All inquiries must be submitted via email to falcon.albino@usda.gov by 05/03/2021 5pm EST . Telephone inquiries will not be accepted.

Posted: April 29, 2021, 1:11 p.m. EDT
Posted: April 16, 2021, 2:55 p.m. EDT
Posted: March 31, 2021, 11:25 a.m. EDT
Posted: March 29, 2021, 1:38 p.m. EDT

Overview

Response Deadline
May 17, 2021, 5:00 p.m. EDT (original: April 29, 2021, 5:00 p.m. EDT) Past Due
Posted
March 29, 2021, 1:38 p.m. EDT (updated: May 6, 2021, 2:00 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
United States
Source

Current SBA Size Standard
$25.5 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
On 3/29/21 ARS Northeast Area issued Solicitation 12305B21R0007 for A&E IDIQ Northeast Area due 5/17/21. The opportunity was issued with a Small Business (SBA) set aside with NAICS 541330 (SBA Size Standard $25.5 Million) and PSC C219.
Primary Contact
Name
Falcon Albino   Profile
Phone
(301) 504-3485

Documents

Posted documents for Solicitation 12305B21R0007

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Solicitation 12305B21R0007

Award Notifications

Agency published notification of awards for Solicitation 12305B21R0007

IDV Awards

Indefinite delivery vehicles awarded through Solicitation 12305B21R0007

Contract Awards

Prime contracts awarded through Solicitation 12305B21R0007

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 12305B21R0007

Similar Active Opportunities

Open contract opportunities similar to Solicitation 12305B21R0007

Additional Details

Source Agency Hierarchy
AGRICULTURE, DEPARTMENT OF > AGRICULTURAL RESEARCH SERVICE > USDA ARS NEA AAO ACQ/PER PROP
FPDS Organization Code
12H2-12305B
Source Organization Code
500033629
Last Updated
June 1, 2021
Last Updated By
falcon.albino@usda.gov
Archive Date
June 1, 2021