Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2003 FBO #0496
SOLICITATION NOTICE

C -- The Huntington District U.S. Army Corps of Engineers announces the following procurement requirement. The Point of Contact for this procurement is Janice C. Swann (304)529-5961.

Notice Date
4/8/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Huntington-Civil Works, ATTN: CELRH-CT, 502 8th Street, Huntington, WV 25701-2070
 
ZIP Code
25701-2070
 
Solicitation Number
DACW69-03-R-0025
 
Archive Date
7/8/2003
 
Point of Contact
Mary Ann Maynard, (304) 529-5736
 
E-Mail Address
Email your questions to US Army Engineer District, Huntington-Civil Works
(Mary.A.Maynard@lrh01.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Contract Information: This contract is being procured in accordance with the Brooks A-E Act (PL 92-582, as amended) as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence and qualifications for the re quired work. Architect Engineer Services for Value Engineering Studies and Related Cost Estimating are required for various types of civil works, and hazardous, toxic, and radioactive waste (HTRW) projects. These projects will be under the jurisdiction o f the Huntington District but may be located anywhere within the boundaries of the U.S. Army, Corps of Engineers, Great Lakes and Ohio River Division, which include the Buffalo, Chicago, Detroit, Huntington, Louisville, Nashville and Pittsburg Districts. One indefinite delivery contract will be negotiated and awarded with an initial contract period of one year and two one year option periods. The total amount of the contract and all options will not exceed $450,000., with a monetary limitation of $150,000 for the initial contract and for each of the option periods. An option period may be exercised when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. Work will be issued by negotiated firm-fixed p rice task orders not to exceed the base contract amount. The contract is anticipated to be awarded in June 2003. North American Industrial Classification System (NAICs) code is 541330, which has a size standard of $4,000,000 in average annual receipts. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of work it intends to subcontract. The subcontracting plan is not required with this submittal. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as de termined relative to the employee?s office location (not the location of the work). Quality Control Plans will also be required at the time of award. To be eligible for award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. 2. Project Information: The work and services to be accomplished will consist of providing, on an individual deli very order basis, value engineering studies and related cost estimating for civil works, and hazardous, toxic, and radioactive waste (HTRW) projects. Value Engineering Studies may include information gathering, functional analysis, brainstorming, analysi s, and development and presentation of recommended proposals with savings noted. The expertise needed on the team may include but not be limited to the following: civil site, construction, structural, geology, soils, environmental and/or cost. Prospecti ve firms must have experience in Value Engineering and HTRW projects and must include a VE Team Leader who is a Certified Value Specialist (CVS). 3. Selection Criteria: The selection criteria for this particular contract are listed below in descending or der or importance (first by major criterion and then by each sub-criterion). Criteria A through D are primary. Criteria E and F are secondary and will only be used as a ?tie-breaker? among firms that are essentially technically equal. The criteria must b e documented with resumes in the SF 255. Resumes shall indicate registration, certification, training and education of individuals proposed for this project. A. Professional Qualifications: (1) Education and training, (2) Registration/Certification, (3) Experience, and (4) Longevity with the firm of key management and technical personnel. B. Specialized Experience and technical competence in: (1) Value Engineering Studies and Related Cost Estimating for civil works, and hazardous, toxic and radioactive (HTRW) projects (2) Use of required software, (3) Knowledge of the Corps of Engineers Value Engineering Process, and (4) Have access to a Certified Va lue Specialist (CVS) to lead the Value Engineering Team C. Capacity to perform up to $150,000 worth of work of the required type in a one-year period in a timely manner. The evaluation will consider the availability of an adequate number of personnel in key disciplines. D. Past Performance on DOD and other contracts with respect quality of work and compliance with performance schedules, as determined from ACASS and other sources. E. Volume of DOD A/E contract awards during the last 12 months, with the objective of effecting an equitable distribution of DOD 1/E contracts among qualified firms, including SB and SDB. F. Small and Small Disadvantaged Business Participation. Extent of participation of small business (including woman-owned , Small Dis advantaged Business, historically black colleges and universities and minority institutions in the proposed contract team, measure as a percentage of the total estimated effort. 4. Submission Requirements: Interested firms having the capability to perfor m the work must submit two copies of SF 255 (11/92 edition) and two copies of SF 254 (11/92 edition) for the prime firm and all consultants, to the above address not later than 4:30 PM on May 9, 2003. Include the firm?s ACASS number in SF 255, Block 3b. For ACASS information, call 503-808-4590. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. This is not a request for proposa l!!!!! Point of Contact for this procurement is Janice.C.Swann@lrh.usace.army.mil.
 
Place of Performance
Address: US Army Engineer District, Huntington-Civil Works ATTN: CELRH-CT, 502 8th Street Huntington WV
Zip Code: 25701-2070
Country: US
 
Record
SN00298728-W 20030410/030408213818 (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.