Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2003 FBO #0451
SOLICITATION NOTICE

C -- VALUE ENGINEERING A-E SERVICES FOR THE UNITED STATES ARMY CORPS OF ENGINEERS

Notice Date
2/24/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, New Orleans-Civil Works, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
DACW29-03-R-0016
 
Archive Date
5/27/2003
 
Point of Contact
Mary Renaud, 504-862-2888
 
E-Mail Address
Email your questions to US Army Engineer District, New Orleans-Civil Works
(Mary.C.Renaud@mvn02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA 1. CONTRACT INFORMATION: A-E services are required for indefinite quantity task order contracts NTE $165,000 for one base period with two option periods NTE $165,000 per option period. Four (4) firms (separate contracts) will be selected. The first of t hese contracts is scheduled for award on or about July 2003. This announcement is open to all businesses regardless of size. 2. PROJECT INFORMATION: Services of qualified A-E firms are sought to conduct and/or participate in Value Engineering (V-E) studies, planning and design charettes (development of conceptual project plan or design) and related technical review and design analysis of civil works, military, and other projects. A-E services will supplement the mission of the Chief of Engineers Value Engineering Study Team (OVEST). Work may be provided for the entire Corps of Engineers, including locations in foreign countries . Overseas travel and passports may be required. Projects to be studied include, but may not be limited to, hurricane protection; navigation; flood control; environmental restoration; hazardous, toxic, and radiological waste control and/or treatment; milit ary housing and facilities and urban infrastructure. Project features encompass such items as embankments, channels, floodwalls, hydraulic structures, gates, bank protection, structures, structure foundations, sheet piling, roads, bridges, dredging, pumpin g stations, environmental protection, appurtenant structures, military barracks and other military structures, and other miscellaneous civil and military works. Studies will be conducted by a multi-disciplinary professional engineering team that is lead by a team member who has been certified by the Society of American Value Engineers (SAVE) as a Certified Value Specialist (CVS). Studies shall be performed by a team comprised of engineers experienced in the disciplines appropriate for planning and designin g the project feature(s) under study. In addition to the CVS study team leader, the availability of engineers from the following professional disciplines will be required as per specific project requirements: civil engineer, environmental engineer (hazard ous waste), structural engineer, geotechnical engineer, hydraulic engineer, mechanical engineer, electrical engineer, architect, industrial hygienist and cost engineer. Other specialty staffing of V-E studies may be specified as per individual project nee ds. 3. SELECTION CRITERIA: The selection criteria are listed below in order of precedence. Criteria (1)-(4) are primary. Criteria (5) and (6) are secondary and will be used only as ?tie-breakers? among technically equal firms.) (1) Specialized work experience and technical competence of personnel and the firm to perform the work as cited above. (2) Professional qualifications of key personnel available to perform the above work specifically identifying the following disciplines: Certified Value Specialist, Civil Engineer, Hydraulic Engineer, Structural Engineer, Geotechnical Engineer, Environmental (hazardous waste) Engineer, Mechanical Engineer, Electrical Engineer, Structural Engineer, Architect, Industrial Hygienist and Cost E ngineer. (3) Past performance on Department of Defense and all other contracts with respect to cost control, quality of work, compliance with performance schedules, quality control and safety plans. (4) Capacity to perform the above work in the required time. A minimum of one of each of the above disciplines is required. Additional specialists may also be required as per project requirements. (5) Extent of participation of small business (SB), including small disadvantaged business (SDB), historically black colleges and universities, and minority institutions, woman-owned small business, HubZone small business, and veteran-owned small business on the proposed contract team, measured as a percentage of the estimated effort. (6) Volume of DOD contract awards. 4. SUBMISSION REQUIREMENTS: Firms which meet the requirements described in this announcement are invited to submit six (6) copies of SF 254 and SF 255 (11/92 edition) for the prime firm and all subcontractors and consultants to the address below not later than the close of business on the 30th day after the date of publication of this announcement. If the 30th day is a Saturday, Sunday or a Federal holiday, the deadline is the close of business the next business day. In Block 10 of the SF 255, include an organizational chart, the use of subcontractors or consultants. Include the firm?s ACASS number in the SF 255, Block 3b. For ACASS information, call (503) 808-4591. Overnight or courier type mail should be sent to the following address: U.S. Army Corps of Engineers, New Orleans Distri ct, CEMVN-CT-E, ATTN: Mary Catherine Renaud, Foot of Prytania Street, New Orleans, LA 70118-1030. Refer to announcement. DACW29-03-R-0016.
 
Place of Performance
Address: US Army Engineer District, New Orleans-Civil Works ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
Zip Code: 70160-0267
Country: US
 
Record
SN00264210-W 20030226/030224213456 (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.