Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2002 FBO #0129
MODIFICATION

C -- Professional A & E and Related Services

Notice Date
4/8/2002
 
Notice Type
Modification
 
Contracting Office
Department of Agriculture, Forest Service, R-9 Minnesota Shared Service Contracting Unit, 8901 Grand Avenue Pl., Duluth, MN, 55808
 
ZIP Code
55808
 
Solicitation Number
RFP_R9-9-02-2
 
Response Due
5/3/2002
 
Archive Date
5/18/2002
 
Point of Contact
Betsy Strom, Procurement Assistant, Phone 218-626-4364, Fax 218-626-4397, - Randy Lloyd, Contracting Officer, Phone 218-626-4360, Fax 218-626-4397,
 
E-Mail Address
bstrom@fs.fed.us, rlloyd@fs.fed.us
 
Description
AMENDMENT TO DESCRIPTION: SEE LAST STATEMENT OF DESCRIPTION AMENDING NUMBERED NOTES. The project consists of an indefinite delivery of Architect/Engineering services. Services are required to fully investigate and/or design maintenance, repair, alteration, reconstruction, and new construction projects involving roads, buildings, bridges, impoundments, and other engineered projects. Soil foundation investigation, interpretation and recommendations services are required. The projects consist of indefinite delivery task orders of A & E services within the National Forests of Minnesota, Wisconsin, Michigan, Illinois and the North Central Forest Experiment Station. Award of the contract(s) is planned on or about July 15, 2002, for a base period of one year with four optional one-year extensions. The services ordered under the contract(s) will be fixed price. In order to receive further consideration, the applicant must submit Standard Form 254 (SF-254) and Standard Form 255 (SF-255) addressing the basic evaluation criteria in Numbered Notes 24 and 25, substituting USDA - Forest Service where the Department of Defense is shown. The following information is required to supplement the SF-254 and SF-255: (a) In Block 4 on SF-255, list ONLY people employed by the office submitting the form that will be responsible for the fulfillment of the work, exclusive of any subcontractor or branch offices; (b) In Block 8 on SF-255, list applicable experience in the states listed above that the firm has COMPLETED to the SATISFACTION of the applicable STATE or FEDERAL agency within the last 5 years; (c) In Block 6 of SF-255, identify discipline/service to be supplied by each consultant, including the number of individuals employed by each; (d) Firms must have either in-house or through association with qualified subcontrctors and/or consultants, the normal staff and equipment to handle any task so ordered; (e) Indicate the location of firm in relation to the following cities: Cass Lake, MN and Duluth, MN. Include the location of any branch offices, subcontractors or laboratories that will be involved. Unnecessarily elaborate proposals beyond that required to present a complete, concise and effective response are not desired. The estimated volume of work is unknown, however, a guaranteed amount of $5,000 will be fulfilled over the life of the contract. No single task order will exceed $250,000. Orders will not exceed $5,000,000 cumulative over the life of the contract. Typical task orders will range between $10,000 and $70,000. Technical contact is Roger Pekuri (218) 365-7600. NAICS code is 541330. See numbered notes 24 and 25. The reference to numbered note 1 was removed.
 
Record
SN00054883-W 20020410/020408213123 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.