Kansas Bids > Bid Detail

A&E IDIQ NBAF

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159369055927773
Posted Date: Mar 2, 2023
Due Date: Mar 17, 2023
Solicitation No: 12805b23R0017
Source: https://sam.gov/opp/09b40932de...
Follow
A&E IDIQ NBAF
Active
Contract Opportunity
Notice ID
12805b23R0017
Related Notice
12805B23R0017
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS PA AAO ACQ/PER PROP
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 02, 2023 10:40 am CST
  • Original Response Date: Mar 17, 2023 05:00 pm CDT
  • 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

The USDA, Agricultural Research Service (ARS), National Bio and Agro-Defense Facility (NBAF) has a requirement for a Single-Award Indefinite Delivery Indefinite Quantity (IDIQ) for Architect-Engineering Design and Construction Management/Administration Services for repair and maintenance, alteration, and/or new construction projects (including bio-containment facilities) for its research laboratory facility located in Manhattan, KS.



Services under the contracts 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 contracts shall be for a five (5) year ordering period from the date of award. Firm-fixed-price task orders will be issued for each individual project. The cumulative amount of all delivery/task orders will be a minimum of $2,500 and will not exceed an estimated $20,000,000 over the life of the contract.



The Government will award a single Indefinite Quantity Contract. Individual funded requirements will be awarded through the issuance of firm-fixed-price Task Orders; however, no project exist currently. A request for qualifications (SF-330s) may (or may not) be issued on or about May 1, 2023.


Attachments/Links
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

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 >