A-E Shortlist for USDA-FS, Region 8 and 10, SRS-PNW-IITF Research Stations 2024
ID: 12445124R0001Type: Sources Sought
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA EAST 11Atlanta, GA, 303092449, USA

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS (C1LB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small business architect-engineer (A&E) firms for the 2024 Shortlist for the Southern Research Station (SRS) and Pacific Northwest Research Station (PNW) projects. The procurement aims to establish a Short Selection Database for contracts valued under $250,000, covering a range of engineering services including surveying, construction inspection, and environmental assessments across multiple states and territories. This initiative is crucial for enhancing ecosystem management and sustainability within the USDA's operational areas, with an average of 20 projects expected to be executed annually from this database. Interested firms must submit their qualifications, including a cover letter, A&E Submittal Cover Sheet, current SAM registration, and SF330 forms by March 15, 2024, to Cynthia Granderson at cynthia.granderson@usda.gov, with a cc to Steven Alves at steven.alves@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a verification letter from the USDA Forest Service regarding participation in the 2025 Architect-Engineer (A-E) Shortlist for Research Stations in Region 8 and 10. It confirms that the company has reviewed their submitted SF-330 form from 2024 and asserts that all data is accurate, including their SAM.gov registration. The company must return the required recertification by March 30, 2025, to maintain their inclusion on the shortlist, which is effective for the periods from May 1, 2024, to April 30, 2025, and extends to April 30, 2026, and April 30, 2027. Contact information for further inquiries is provided, indicating the document's function as a procedural guideline for A-E service providers seeking to remain eligible for USDA contracts. Overall, this letter facilitates continued government engagement in relevant projects while ensuring compliance with federal registration requirements.
    The document outlines the Region 8 SRS Shortlist Process for selecting architect-engineer (AE) firms under the East Zone CSA. It details an expedited selection procedure authorized by FAR 36.602-5, which allows for choosing the best-qualified AE firms from a pre-qualified vendor pool, particularly for contracts under the simplified acquisition threshold. The process involves four main steps: assessing requirements, narrowing down firms, requesting additional information, and finalizing recommendations for contract negotiations. The document directs firms to submit qualifications via SAM.gov and emphasizes the importance of the Procurement Forecast as a resource for anticipated projects. It includes guidance on preparing submissions, using Standard Form 330 for qualifications, and outlines relevant NAICS codes. The summary serves as a guide for firms interested in federal contracts, highlighting procedures and necessary documentation while encouraging firms to conduct their own research and self-prepare for upcoming opportunities. The emphasis on small business certifications aligns with federal support for small enterprises in the bidding process.
    The document outlines a contractor town hall meeting led by Steven Alves, providing insights into the U.S. Department of Agriculture's Southeastern Research Station (SRS) shortlist process. The SRS aims to create a vetted pool of small business engineering contractors for projects under $250,000, streamlining federal contracting under the Federal Acquisition Regulation (FAR) 36. A key focus is the submission of SF 330 forms, which detail qualifications, past projects, and capacities. Alves emphasizes the importance of tracking project opportunities through SAM.gov and a USDA procurement forecast. He explains the evaluation process for selecting firms based on a "best qualified" model, distinct from cost-based selections prevalent in other contracting scenarios. The meeting also addresses participants' inquiries about project types, submission protocols, and potential certifications. Overall, the session aims to facilitate engagement with federal contracting by clarifying application processes and enhancing understanding of federal contracting regulations within the engineering field.
    The USDA Forest Service is soliciting qualifications from Architect and Engineering (A&E) firms for potential future projects across various states and territories, including Alabama, Alaska, and Puerto Rico. This Call for Qualifications aims to create a Short Selection Database utilized for contracts valued under $250,000, covering diverse engineering services such as surveying, construction inspection, green building consulting, and environmental assessments. Interested firms must submit their qualifications via a specific format, including a cover letter, an A&E Submittal Cover Sheet, a current SAM registration, and the SF330 form. Submissions are due by March 15, 2024, and should be sent electronically. The selection process involves evaluating the qualifications of candidates to determine the three most qualified firms, emphasizing small businesses as only small business concerns can apply. This initiative supports future A&E contracting needs and reflects the USDA's commitment to enhancing ecosystem management and sustainability within its operational areas. The database will be regularly updated and firms are encouraged to maintain their information annually.
    The document outlines an upcoming Townhall meeting and the submission process for Architect-Engineer (A&E) contracts as part of the USDA Forest Service's Short Selection Process. The submission deadline for SF330 forms is March 15, 2024. The Short Selection database is intended for contracts under $250,000 and includes various states and territories. It aims to identify qualified small business AE firms for future projects based on specific work areas, with a history of approximately 73 contracts awarded in the last three years across various NAICS codes, including engineering and design services. Eligible firms must prepare their submissions, including a cover letter, A&E Submittal Cover Sheet, current SAM registration, and SF330 parts, with a limit of 50 pages for the content. The selection process follows the Federal Acquisition Regulation guidelines, focusing on qualifications, geographic familiarity, and expertise. All submissions must be emailed in PDF format, with specific details provided for addressing and deadlines. In conclusion, the document serves as a comprehensive guide for small AE firms to participate in federal contracting opportunities within the USDA framework, emphasizing the importance of timely and accurate submissions to qualify for upcoming projects.
    The document outlines a Request for Proposal (RFP) from the USDA Forest Service's Southern Research Station, seeking responses from qualified Architecture and Engineering (A&E) firms. It references the unique identification number and taxpayer ID requirements, emphasizing the completion of attached forms. Submissions are requested electronically and should include a specific subject line format. The scope of work involves various A&E services indicated by NAICS codes, including architectural, landscaping, engineering, and environmental consulting services, which may apply to projects across several states, including Alabama, Kentucky, and Texas, among others. Each service has an associated small business size standard detailed in millions of dollars, indicating the maximum annual revenue a firm can have to be considered a small business for each classification. The document serves as a formal solicitation for A&E services to support anticipated projects, ensuring compliance with federal procurement requirements while promoting small business participation. Firms interested in these opportunities must ensure their SAM records reflect the appropriate NAICS codes and complete all requested information accurately.
    The document provides instructions for submitting Architect-Engineer Qualifications through Standard Form 330, utilized by federal agencies for selecting qualified firms for A-E contracts. It emphasizes the legal framework established by the Selection of Architects and Engineers statute, which mandates the public announcement of contract requirements and the selection of highly qualified firms based on professional qualifications. The form comprises two parts: Part I focuses on contract-specific qualifications including contract information, proposed teams, key personnel resumes, and relevant project examples. Part II outlines general qualifications of firms or branch offices, detailing ownership status, experience categories, and revenue profiles. Specific instructions involve the submission of qualifications and experience, emphasizing completeness and adherence to agency-specific requirements. The document includes definitions of key terms, delineates sections to be completed, and ensures that authorized representatives verify the accuracy of submitted information. This structured approach assists agencies in evaluating and selecting the most capable A-E firms for government projects, ensuring compliance and quality in service delivery.
    The document outlines the fee limitations for design services under Solicitation Number 12445124R0001, pursuant to Federal Acquisition Regulation (FAR) guidelines. It specifies that fees must not exceed 6% of the Estimated Construction Cost Amount, detailing the types of design services included under this limitation. These include schematic design, design development, construction documents, design analysis, energy modeling, and more. It clarifies that internal expenses related to these services, such as overhead, are also included. Conversely, the document notes various non-design services that are exempt from the 6% fee cap. These include travel reimbursements, evaluations of facilities, geotechnical investigations, feasibility studies, cost estimates beyond a certain detail level, NEPA documentation, and construction-related activities like inspections and change order preparations. The primary purpose of this document is to provide guidance on acceptable fee structures for government contract design services, facilitating compliance with federal procurement practices while ensuring clarity around what is included or excluded from fee calculations. This information is essential for contractors responding to federal RFPs and grants by ensuring a streamlined understanding of cost limitations.
    The U.S. Small Business Administration (SBA) has released an updated table of small business size standards aligned with the North American Industry Classification System (NAICS), effective March 17, 2023. These size standards define the maximum size for businesses to qualify as small within federal programs, primarily based on annual receipts or the number of employees. Changes include various industry classifications, with thresholds set in millions of dollars or by employee count. Businesses must update their registrations on SAM.gov to reflect these new standards, ensuring accurate small business status. The document also provides contact information for SBA's area offices and the Office of Size Standards for inquiries. This table is crucial for federal grants, RFPs, and procurement processes, aiding small businesses in understanding eligibility criteria under current regulations.
    This document outlines the terms and conditions of an Architect-Engineer contract awarded under the A&E Shortlist following solicitation 12445121R0005. It encompasses the essential contract details, including the contractor's information, project specifics, and the scope of services to be provided. The contractor is tasked with supplying personnel, materials, and equipment needed to fulfill the project requirements while adhering to sustainable acquisition policies emphasizing energy and water efficiency as well as environmentally preferable products. The contract emphasizes compliance with federal procurement regulations and includes clauses on inspections, performance standards, and invoicing processes, which require electronic submission through the Treasury's Invoice Processing Platform. Key personnel assignments are specified, limiting substitutions to exceptional circumstances. The contract also incorporates mandatory confidentiality agreements to protect sensitive information. Overall, the document aims to facilitate the structured execution of government contracts for engineering and architectural services, ensuring adherence to federal standards while promoting sustainability and safeguarding sensitive information throughout the contract performance period. This framework is vital for maintaining integrity and accountability in federal contract management.
    The document outlines a Q&A for the A-E Shortlist solicitation (Notice ID 12445124R0001) by the USDA-FS for specific Research Stations in Regions 8 and 10, addressing key inquiries from potential respondents. It clarifies that resumes for team members are optional and should highlight relevant experience, while also defining submission requirements, including a 50-page limit and formatting guidelines. The project involves various facility condition assessments, primarily focusing on USFS buildings rather than dams. The solicitation targets small businesses with established NAICS codes as eligible firms for awards arising from this shortlist, with specificity around the submission of project examples—suggesting at least five projects be provided, though lack of a precise number does not disqualify respondents. Potential larger firms seeking to partner with small businesses are advised to network through the Interested Vendor List. Overall, the document serves to guide and clarify requirements for those seeking to participate in the federal solicitation process regarding architectural and engineering services.
    The purpose of the upcoming Virtual Contractor Townhall is to discuss the SRS (Selection Review System) processes and provide guidance on preparing the SF330 form for the 2024 submission cycle. This optional meeting aims to enhance transparency regarding the evaluation process by reviewing worksheets for SF330 assessments and training slides illustrating the project selection methods. Participants will have the opportunity to ask questions and gain insights on the necessary preparations for their submissions. The townhall will be accessible via a Microsoft Teams meeting link or through a dedicated audio-only call. This initiative supports contractors in navigating the federal grant and RFP landscape effectively, particularly in relation to SF330 documentation and project selection criteria.
    Lifecycle
    Similar Opportunities
    C--Land Surveying-Request for A-E Qualifications
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualifications from small architect-engineering firms for land surveying services across all U.S. States and Territories. The procurement focuses on boundary, topographic, and water rights surveying, which includes tasks such as fieldwork, mapping, and drafting legal descriptions. This opportunity underscores the USFWS's commitment to engaging small businesses while ensuring compliance with federal procurement regulations. Interested firms must submit their qualifications using the SF-330 Package via email, and they must be registered with the System for Award Management (SAM) and licensed engineering firms. For further inquiries, firms can contact Cindy Salazar at CindySalazar@fws.gov or by phone at 503-872-2832. The call for submissions is open for 365 days.
    Architect and Engineering Services IDIQ-Set Aside for Small Businesses
    Buyer not available
    The General Services Administration (GSA) is seeking qualified small businesses to provide Architect and Engineering (AE) services through Indefinite Delivery Indefinite Quantity (IDIQ) contracts, specifically set aside for small businesses. The procurement involves establishing four single-award IDIQ contracts for a base year with the option for four additional one-year periods, covering various regions across the United States and U.S. Territories. These services are critical for government projects, including design, cost management, and construction management, ensuring compliance with federal standards and sustainable practices. Interested firms must submit their proposals by February 4, 2025, and can direct inquiries to Aaron Lay at aaron.lay@gsa.gov or Shirley Rohmer at shirley.rohmer@gsa.gov.
    GAOA Scenic Byway Recreation Site Hazard Tree Removal, Sierra National Forest, California
    Buyer not available
    The United States Department of Agriculture (USDA), through the Forest Service, is seeking proposals from qualified small businesses for the GAOA Scenic Byway Recreation Site Hazard Tree Removal project located in the Sierra National Forest, California. The project involves the removal of hazardous trees and site preparation within campgrounds, boat launches, vistas, rest stops, and trails, particularly in areas affected by the 2020 Creek Fire, to facilitate future infrastructure reconstruction for public use. This initiative is crucial for ensuring the safety and accessibility of recreational sites while protecting various environmental resources. The estimated project cost ranges from $500,000 to $1,000,000, with the solicitation expected to be posted on SAM.gov around February 14, 2025. Interested firms should contact Clement Bucher at clement.bucher@usda.gov or 301-800-8610 for further information and are encouraged to register on SAM.gov to access the formal solicitation upon its release.
    A&E Design for Sewers and Ponds
    Buyer not available
    The Department of the Treasury's Bureau of the Fiscal Service is soliciting quotes for Architectural and Engineering (A&E) design services focused on the separation of combined sewers and the expansion of retention ponds at the Armed Forces Retirement Home (AFRH) in Washington, D.C. The project aims to develop a comprehensive design package that includes detailed specifications and drawings, ensuring compliance with federal regulations and enhancing the infrastructure and environmental management capabilities at the AFRH. This initiative is critical for improving stormwater management and sewer systems, reflecting the agency's commitment to serving retired military personnel effectively. Interested firms must have a valid registration on SAM.gov and submit their proposals electronically by 10:00 AM ET on March 6, 2025, with all inquiries due by February 27, 2025. For further information, potential bidders can contact Kaity Eaton or Greg Johnson at purchasing@fiscal.treasury.gov.
    Sawmill Liebre Reforestation Project Area
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking small businesses to provide firm-fixed-price quotations for the Sawmill Liebre Reforestation Project in the Angeles National Forest, California. The project aims to enhance the survival and growth of seedlings across 626 acres through hand grubbing techniques to remove competing vegetation, ensuring compliance with environmental regulations and worker safety standards. This initiative underscores the federal government's commitment to environmental stewardship and support for small businesses in reforestation efforts. Interested contractors must submit their quotes by March 21, 2025, and can contact Megan Acord at megan.acord@usda.gov for further information.
    2025 Annual Review National Type 2 Firefighter Crews
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting offers for the 2025 Annual Review of National Type 2 Firefighter Crews through solicitation number 1202SC21Q0001. The procurement aims to establish multiple Blanket Purchase Agreements (BPAs) for commercially available Type 2 qualified wildfire crews to assist with fire suppression and emergency response activities across the United States. These services are crucial for effective wildfire management and ensuring public safety during emergencies. Interested small businesses must submit their quotes by March 18, 2025, at 2:00 PM Mountain Time, and are encouraged to acknowledge the recent amendment to the solicitation, which includes updated contract clauses and wage determinations. For inquiries, potential contractors can contact Bryce N. Pitchford at bryce.pitchford@usda.gov or by phone at 208-991-7639.
    Forest Inventory and Analysis BPA Suite
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the Forest Inventory and Analysis (FIA) Blanket Purchase Agreement (BPA) Suite. This initiative aims to enhance scientific and technical knowledge related to the inventory and analysis of the Nation's forests, focusing on collecting and reporting data about forest extent, content, and condition across 24 states. The FIA program is crucial for providing timely and credible information to various stakeholders, including policymakers and natural resource agencies, and requires contractors to demonstrate technical qualifications through past performance and capability assessments. Interested contractors must respond to the Sources Sought Notice to be considered for the BPA, with contact inquiries directed to Gayle Geiger at gayle.geiger@usda.gov or by phone at 470-705-0968.
    C1DA--NCO 17 AE Short Selection Database FY24 - FY27
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17 (NCO 17), is seeking qualifications from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for an Architect-Engineer (AE) Short Selection Database for fiscal years 2024 to 2027. This initiative aims to streamline the procurement process for AE contracts valued below the simplified acquisition threshold of $250,000, facilitating projects across the VA’s Heart of Texas Health Care Network, which includes multiple VA Medical Centers in Texas. Eligible firms must submit a single PDF containing a cover letter, proof of registration in the System for Award Management (SAM), and the Standard Form 330 detailing their qualifications and relevant project experience by the deadline of September 27, 2023. For further inquiries, interested parties can contact Contract Specialist Eileen Myers at Eileen.Myers@va.gov or (254) 987-0201, or Horacio Fernandez at horacio.fernandez@va.gov.
    USDA Forest Service All-Hazard Incident Sources Sought
    Buyer not available
    The USDA Forest Service is seeking qualified small business contractors to provide support services for all-hazard incident management, including wildfire suppression and hazardous fuels reduction projects. The procurement aims to identify capable firms that can deliver a variety of services such as food provision, heavy equipment rentals, medical services, and waste management, which are essential for protecting life, property, and natural resources during emergencies. This ongoing Sources Sought Notice serves as a market research tool to inform future procurement strategies and does not constitute a Request for Proposal. Interested parties should contact Kimberly Luft at kimberly.luft@usda.gov or 720-467-8317 for further information and must be registered in the System for Award Management (SAM) to be eligible for future contracts.
    Deschutes NF, BFR-SIS Reforestation, Grubbing, Caging, Netting Call Order
    Buyer not available
    The Department of Agriculture, specifically the Forest Service at the Deschutes National Forest, is seeking qualified small businesses to participate in a Blanket Purchase Agreement (BPA) call order for the BFR-SIS Reforestation project. This initiative involves essential services for forest restoration, including conifer tree planting, grubbing of live vegetation around seedlings, and optional installation of protective measures for the seedlings across an area of up to 243 acres. The project is critical for environmental restoration and management within the forested area, adhering to federal guidelines. Interested parties can contact Annie Stanbro at andrea.pollock@usda.gov or by phone at 458-200-5265, with the anticipated award date set for March 25, 2025.