Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2002 FBO #0251
SOURCES SOUGHT

C -- UP TO THREEE INDEFINITE DELIVERY CONTRACTS FOR MULTIDISCIPLINARY SERVICES TO INCLUDE HTRW, WITHIN THE SOUTHWESTERN DIVISION BOUNDARIES, THE UNITED STATES, AND IT'S TRUST TERRITORIES.

Notice Date
8/8/2002
 
Notice Type
Sources Sought
 
Contracting Office
US Army Engineer District, Fort Worth - Military, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
DACA63-02-R-0026
 
Response Due
9/9/2002
 
Point of Contact
Melanie Hubbard, 817/978-3114
 
E-Mail Address
Email your questions to US Army Engineer District, Fort Worth - Military
(Melanie.M.Hubbard@swf02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA 1. CONTRACT INFORMATION: Multidiscipline Design or other Professional Services, procured in accordance with PL-582 (Brooks A-E Act) and FAR Part 36, are required for engineering, design, and related services to potentially include but not limited to any o r all of the following: design, drafting, and planning services for new construction and/or renovation, demolition and alterations of existing facilities; military construction programming; civil works studies and design; construction cost estimating; top ographic or boundary surveys; on site construction management; various engineering studies and site investigations; value engineering services; subsurface geotechnical investigation and testing. Environmental studies/surveys and abatement design services may also be required. All work must be done by or under the direct supervision of licensed professional Engineers or Architects. THIS ANNOUNCEMENT DOES NOT CONTAIN THE FULL TEXT DUE TO SPACE LIMITATIONS IMPOSED BY FEDBIZOPS, PLEASE CLICK THE FOLLOWING LIN K TO SEE THE COMPLETE SYNOPSIS: https://ebs.swf.usace.army.mil/ebs/ViewSolicitation.asp?SolicitationNumber=DACA63-02-R-0026&RegisterOption=True&ID= The North American Industrial Classification System (NAICS) Code applicable to this project is 541330, Engineering Services, which corresponds to SIC Code 8711. The initial contract is anticipated to be awarded on or about October or November 2002. Up to three contracts may be awarded from this announcement, two to be open to all businesses regardless of size and for a total cumulative amount not to exceed $3,000,000.00 each for a term of not to exceed three years for each (the term to consist of a Base Ye ar and two one-year renewal options), and one to be awarded as a Small Business Set-Aside, for a total cumulative amount not to exceed $5,000,000.00 and a term of five years (the term to consist of a Base Year and four one-year renewal options). The inten t of the acquisition is to award up to three contracts, one Small Business and two unrestricted. Should the Small Business competition fail to identify a Small Business firm, the Government reserves the right to convert the Small Business competition to u nrestricted. If the second and/or third contract is awarded, the Contracting Officer will consider the following factors in deciding which contractor will be selected to negotiate a task order: Performance and quality of deliverables, current capacity to accomplish the order in the required time, uniquely specialized experience, location of firm, and location of the work site. Price will not be used as a criterion. 2. PROJECT INFORMATION: No specific projects are authorized at this time and funds are not presently available. As projects are received for execution, use of contracts awarded under this announcement will be considered if A-E services are to be utilized. Projects are anticipated to be primarily but not limited to design of the Army and Air Force Military Construction Program executed by Fort Worth District which consists of projects primarily in Texas, New Mexico and Louisiana. 3. SELECTION CRITERIA: See note 24 for general description of the A-E selection process. 4. SUBMITTAL REQUIREM ENT: (a) See Note No. 24 for general submission requirements. Interested firms, to be considered, must provide one submittal package no later than 4:30 p.m. on the 30th day after the date of this announcement appears. If the 30th day is a Saturday, Sunda y or Federal Holiday, the deadline is 4:30 p.m. of the next business day. The 11/92 version of the forms or computer generated equivalents must be used. (b) Responding firms must submit a copy of a current (signed within the past 36 months) and accurate SF 254 for themselves and each proposed consultant even if an SF 254 is already on file. SF 254's shall be provided for the specific prime and subcontractor offices proposed to perform the work. Indicate in Block No. 4 of each SF 254 if the firm is a Lar ge, Sma ll, Small and Disadvantaged or Woman-Owned Small Business. To be classified as a small business, a firm's average annual receipts or sales for the preceding three fiscal years, must not exceed $4 million. (c) Submit only one SF 255 for the design team, c ompleted in accordance with the instructions. It must contain information in sufficient detail to identify the team (prime and consultants) proposed for the contract. (d) Include CBD announcement number in Block No. 2b of the SF 255. (e) In Block No. 4 of the SF 255, insert the number of personnel proposed for the contract by discipline (not necessarily total capacity), Consultants as (A) and in-house as (B). (f) In Block No. 6 of the SF 255, identify the discipline/service to be supplied by each consultant. Provide brief resumes in Block No. 7 of the on-staff or consultant employees you intend to use to perform the work. Resumes must be submitted for each em ployee required to meet the minimums stated in paragraph 3b. (g) Personal visits to discuss this announcement will not be scheduled. (h) Solicitation packages are not provided for A-E contracts. This is not a request for proposal (see Note No. 24).
 
Place of Performance
Address: US Army Engineer District, Fort Worth - Military PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN00136379-W 20020810/020808213712 (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.