Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 28, 2024 SAM #8157
SOLICITATION NOTICE

C -- C--A&E SERVICES REMODEL ELEVATED WATER TANK

Notice Date
3/26/2024 7:07:26 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
OFC OF ACQUSITION GRANTS-NATIONAL RESTON VA 20192 USA
 
ZIP Code
20192
 
Solicitation Number
140G0124Q0104
 
Response Due
4/4/2024 9:00:00 AM
 
Archive Date
04/19/2024
 
Point of Contact
Parkin, Dayna, Phone: 703-648-7374
 
E-Mail Address
dparkin@usgs.gov
(dparkin@usgs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment 0003 to Request for Qualifications (03/26/2024) Questions and Responses: 1. Question: For clarification, is the ""less than $25,000.00 amount"" the amount for A/E design fee? Answer: No, the less than $25,000.00 amount is for the magnitude of the A&E project. 2. Question: Does USGS have a range of magnitude for the construction cost? Answer: The ultimate construction project costs should be between $100,000.00 to $200,000.00. Amendment 0002 to Request for Qualifications (03/25/2024) Questions and Responses: 1. Question: What is the exact tank being referenced in the photo below: obtained from Google Earth, there are two tower tanks. The tank in question is it any one of these? Answer: Yes, the tower tank is on the right-hand side there is an arrow pointing to the tank. Please see attachment 2 for photo. Amendment 0001 to Request for Qualifications (03/22/2024) Questions and Responses: 1. Question: What is the magnitude of the A&E project? Answer: Less than $25,000.00 2. Question: Is there an actual start date for the project? Answer: It starts at time of contract award. The Department of Interior, U.S. Geological Survey (USGS) has a requirement for A&E Services. The services provided shall include a design to remodel and/or upgrade existing 10,000-gallon elevated fish water tank that was constructed approximately in 1989. The elevated water tank also serves as our reservoir for our fire sprinkler system in the main research facility as well as providing well water to the fish tanks. The water tank is 12' in diameter and constructed of steel. This tank has not been modified from original construction. The tank liner has completely failed and separated. Water is in direct contact with the steel structure resulting in severe rusting and deterioration of the tank structure. The A&E shall provide a complete design package (drawings, specifications, cost estimate) for construction. The services provided will be priced according to these line items; Design, Bid Phase and Construction Administration. This notice is an invitation for all eligible A-E firms who have the qualifications required to perform the work to submit a completed SF 330. The associated solicitation number is 140G0124Q0104. This requirement is being issued as set aside for small business competition. The applicable North American Industry Classification System (NAICS) code is 541330. The associated small business size standard is $25.5M. There is not an incumbent contractor. USGS intends to award a firm fixed price purchase order under the Simplified Acquisition Threshold for this requirement. All A-E firms responding to this announcement shall submit a completed SF 330. Please provide your firm's UEID number on the form. All contractors doing business with the Government are required to be registered in the System for Award Management (SAM). For additional information, or to register with SAM, access http://www.sam.gov. All A&E firms responding to this announcement will be evaluated on the following criteria: 1. Specialized experience and technical competence of the firm with the type of services required. Experience with construction administration services for laboratory facilities, in include permitting, submittal review, and providing as-built drawings is preferred. 2. Professional qualifications of personnel proposed for assignment to the project as necessary for satisfactory performance of the required services. training, professional registration, certifications, overall and relevant experience, and longevity with the firm of key management and technical personnel. 3. Past record of performance on contracts with the U.S. Government and/or private industry in terms of cost control, quality of work and compliance with performance schedules. 3. Capacity to accomplish the project in the required time. 4. Geographic location and facilities of the working office(s) which would provide the professional services and familiarity with the area in which the project is located. Only electronic (dparkin@usgs.gov) responses will be accepted. Responses are due on Thursday, April 4, 2024, at 10:00 am mountain time. Limit submission to no more than 25 pages. Please direct any questions or concerns to dparkin@usgs.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/547aa9c16e2d4948a807d137afce2a2f/view)
 
Place of Performance
Address: 7920 NW 71st Street, Gainesville, FL
 
Record
SN07008941-F 20240328/240326230042 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.