Tennessee Bids > Bid Detail

A-E Services for USDA, AMS, Cotton and Tobacco Program

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159675518832850
Posted Date: Jan 31, 2024
Due Date: Mar 1, 2024
Source: https://sam.gov/opp/f0015a2160...
Follow
A-E Services for USDA, AMS, Cotton and Tobacco Program
Active
Contract Opportunity
Notice ID
AE_IDIQ_CT
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
ANIMAL AND PLANT HEALTH INSPECTION SERVICE
Office
MRPBS MINNEAPOLIS MN
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jan 31, 2024 10:41 am CST
  • Original Response Date: Mar 01, 2024 12:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 16, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: C219 - ARCHITECT AND ENGINEERING- GENERAL: OTHER
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Memphis , TN 38133
    USA
Description

The U.S. Department of Agriculture, Agricultural Marketing Service, Cotton and Tobacco Programs (CTP), 3275 Appling Road, Memphis, TN, seeks an Indefinite Delivery Contract (IDC) with a small business firm for Architectural and Engineering (A&E) Services. This acquisition is being procured in accordance with 40 USC 1103, as implemented in FAR Subpart 36.6. A&E services may be needed for the following locations: Memphis, TN; Lubbock, TX; Lamesa, TX; Corpus Christi, TX; Abilene, TX; Macon, GA; Visalia, CA; Florence, SC; Dumas, AR; and Rayville, LA. The government intends to award one IDC contract. The contract will consist of a base year and four option years. The full contract amount will not exceed $10,000,000. Work will be issued by negotiated firm-fixed price task orders. The CTP will provide a specific scope of work for each task order, along with a request for the A&E to prepare a fee proposal. Fee proposals shall be based on pre-established unit prices for all engineering disciplines. Unit prices for unique services not included in the original negotiation will be negotiated on a case-by-case basis. The award of the initial task order will satisfy the minimum guarantee of $1,000 for the entire contract term (including option years). Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. The NAICS code for this acquisition is 541330, Engineering Services, which has a size standard of $25.5M. The wages and benefits of service employees (see FAR Subpart 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. To be eligible for contract award, a firm must be registered in the System for Award Management (sam.gov).



Work under the contract will include but not be limited to design plans, specifications and cost estimates for new construction, renovations and repairs, preparation of studies, reports and engineering recommendations and mediation on behalf of the CTP to address issues related to the design and implementation of Heating, Ventilation, and Air Conditioning (HVAC) systems and any problem issues that arise with the Lessor contractors for the AMS CTP facilities. The primary scope of work within the above areas will deal with strictly maintained controlled-environment testing laboratories and service areas, closed-loop air filtration systems producing a dust-free environment, utilization of electronic controls for multi-faceted HVAC components, as well as building management tools, and encompassing government requirements in energy conservation and LEED certifications. Firms must demonstrate the ability to meet the selection criteria listed below in descending order of importance.



(1) Professional qualifications necessary for satisfactory performance of required services.



The firm with its consultants and/or subcontractors shall possess licensed personnel in the above-named states. Credentialed professionals are required in the following disciplines: architecture, structural, mechanical, electrical/lighting, civil, plumbing, fire protection, landscaping, environmental, and interior design. Firms shall submit resumes of its key personnel, including principals, partners, project managers, and designers. In addition, provide resumes of other relevant team members or frequent subcontractors such as: architect, civil, structural, cost estimating, and team members who will perform technical tasks under this contract, including their record of working together. The designers of record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All designers of record must be professionally registered in their discipline. Each resume shall include a minimum of three specific completed projects that best illustrate the individual team member’s experience relevant to this contract scope. Each offeror must provide a brief description of its ability to perform the work described in the scope. This description must describe the work on previous projects similar in size and scope, the personnel available to support the project, and the nature of the offeror’s primary business and facilities. The offeror shall propose their recommended approach for meeting the scope.

(2) Specialized experience and technical competence in the type of work required.



Provide a detailed narrative of up to 10 relevant projects completed within the last five years that best illustrate overall team experience relevant to this contract scope, specifically the design and project management of mechanical systems and related architecture for facilities such as cotton classification laboratories that are required to always maintain strict atmospheric conditions while operating in a process-oriented environment. Some specialized areas of expertise in this arena would include HVAC engineering design, energy conservation design, industrial processes, landscape architecture, lighting (interior and exterior), material handling systems, project planning, structural design, etc. List projects that demonstrate the team’s experience with projects of similar size and scope to those to be performed under contract.



(3) Capacity to accomplish the work in the required time.



In narrative form, discuss the proven ability to accomplish the work in the required time. Submission requirements for the prime and each proposed consultant to be assigned to the team:



a) List all current projects (up to 10) with a design fee of greater than $20,000 being designed in the firm’s offices.



b) Indicate the firm’s present workload and the availability of the project team (including sub-consultants) for the specified contract performance period.



c) Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates.



(4) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules.



Provide a written narrative that discusses the firm’s ability to work with Government entities and design standards or similar relevant experience with other entities. Provide a copy of all performance evaluations issued for government contracts (as applicable). For non-federal contracts, provide facility owner documentation of the firm’s performance issued on that contract. If no documentation exists, so state. Provide owner points of contact: name, title address, telephone number, e-mail, and provide copies of awards and letters of appreciation/commendation as desired.



(5) Organization, management, and quality control.



In narrative form, discuss the following:



a) The A&E firm’s organization and management process, including organizational chart that identifies the overall relationship and lines of authority of the proposed team.



b) Demonstrated success of the quality control program used by the firm to ensure quality products and services.



c) The A&E firm’s approach to design and project management.



d) The A&E firm’s ability to handle projects with multiple end-users and complex requirements.



(6) Location.



The A&E firm must be licensed in the states named in this announcement and must describe the ability to travel to these locations upon request or necessity. Proximity to several of the subject locations within 300 miles would be advantageous but not a contract requirement. Describe and illustrate the teams' knowledge of design approaches, construction materials, codes/ordinances costs and other conditions unique to the geographic area related to the contract for which the submittal is being made.



A&E firms meeting the requirements described in this announcement are invited to submit to james.g.roloff@usda.gov: (1) a Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II, and (2) any requested supplemental data to the procurement office shown. Please include your UEI. Following an evaluation of the qualifications and performance data submitted, three or more firms that are considered the most highly qualified to provide the type of services required will be chosen for negotiation. Selection of firms for negotiation shall be made in order of preference based on demonstrated competence and qualifications necessary to satisfy the performance in accordance with the specific selection criteria listed in the announcement.



Firms responding to this announcement before the closing date will be considered for selection. Email transmissions will be accepted. Please note the file size may delay receipt of your submission. Solicitation packages are not provided. This is not a request for proposals.


Attachments/Links
Contact Information
Contracting Office Address
  • 250 MARQUETTE AVENUE SUITE 410
  • MINNEAPOLIS , MN 55401
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 31, 2024 10:41 am CSTSpecial Notice (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 >