Skip to main content

An official website of the United States government

You have 2 new alerts

C--A&E SUPPORT FOR DOOR, WALLS, BATHROOM

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Presolicitation (Original)
  • Original Published Date: Mar 18, 2024 11:16 am MDT
  • Original Response Date: Apr 04, 2024 10:00 am MDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 19, 2024
  • 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:

Description

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 upgrade existing Main Suite Doors, all Bathrooms and install floor to ceiling walls in designated areas within the center. The A&E shall prepare and design/upgrade all designated doors, bathrooms, and additional walls and ensure all local codes are followed. The remodel/upgrades shall compliment current business trends and design traits. The design shall also include the addition of any lighting and also include additional ventilation if required in new wall areas to meet current code requirements. 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 140G0124Q0103.

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.


Contact Information

Contracting Office Address

  • 12201 SUNRISE VALLEY DRIVE
  • RESTON , VA 20192
  • USA

Primary Point of Contact

Secondary Point of Contact





History