Skip to main content

An official website of the United States government

You have 2 new alerts

A&E IDIQ NBAF

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Feb 09, 2023 09:05 am CST
  • Original Response Date: Feb 23, 2023 10:00 am CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: C1DB - ARCHITECT AND ENGINEERING- CONSTRUCTION: LABORATORIES AND CLINICS
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Manhattan , KS 66502
    USA

Description

SOURCES SOUGHT FOR SINGLE AWARD ARCHITECT & ENGINEERING SERVICES INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) FOR A SINGLE BSL4 LABORATORY:

United States Department of Agriculture (USDA), Agricultural Research Service (ARS), National Bio and Agro-Defense Facility (NBAF), in Manhattan, KS.

PLEASE NOTE: THIS IS NOT A SOLICITATION ANNOUNCEMENT.  THIS IS A POTENTIAL SOURCES SOUGHT SYNOPSIS ISSUED ONLY TO CONDUCT A MARKET RESEARCH.


The information received will be used within USDA-ARS to facilitate the decision making process and will not be disclosed outside of the organization. This announcement is not a request for proposals, but a survey of the market for potential sources. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of the evaluation.
 

USDA-ARS is seeking to determine available SBA Certified HUBzone Businesses with current relevant experience, personnel, and capability to perform a Single Award 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 facility located. Specifically, A&E services in Biosafety Level (BSL) 2, 3 or 4 for laboratory planning, remodel, renovation, etc. Contractor will be required to perform numerous projects simultaneously.

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.   

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 BSL 2, 3 or 4 laboratories.  Please provide only experience executed with in-house workforce completed as the Prime contractor, do not include experience from consulting/partner/subcontracting firms.

The task orders to be awarded under this contract will be for engineering services at various buildings within the North American Industry Classification System (NAICS) code is 541330 (Engineering Services), with a corresponding Small Business Size Standard of $16.5 million.


Interested sources are invited to respond to this sources sought announcement utilizing their company letterhead in a Portable Document Format (PDF), Microsoft Word or Microsoft Excel.

  1. Contractor Information: Provide your firm's contact information, SAM UEI Number, CAGE Code, Tax-ID Number.

     2. Confirmation that as single award IDIQ holder, the contracted firm can provide on demand simultaneous  A&E support,      without suffering any reduced services or reduced quality from multiple task orders being issued.

3. Preference is to identify HUBZone status. For more information on the definitions or requirements of this small business program, refer to http://www.sba.gov/.   If you are not a HUBzone you may still provide a sources sought response for consideration.

4. Experience: Submit a GENERIC (You may submit a previously created SF330, but the USDA is NOT requesting you create an SF330 for this sources sought) overview of you of 5 government or commercial contracts/projects your firm has completed in the last 5 years demonstrating your experience in architect and engineering services in BSL 2, 3 or 4 within the cost range of $2,000 and $2,500,000 . Please provide only experience executed with in-house workforce completed as the Prime contractor, do not include experience from consulting/partner/subcontracting firms.  Please ensure to include the available capability to perform numerous projects simultaneously.  For each of the contracts/projects submitted for experience, provide the title; location; whether prime or subcontractor work; award and completion dates; contract or subcontract value; type of work; type of contract; a narrative description of the services provided by your firm; and customer information including point of contact, phone number, and email address.

Responses to this sources sought synopsis should be forwarded to the attention of  Mr. Kelly Wright, please email your response to kelly.wright@usda.gov. One copy of the submittal package is due no later than February 23, 2023. 

All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government

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