Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2003 FBO #0604
SOLICITATION NOTICE

C -- An Indefinite Delivery Contract for Architect-Engineer Services to Support the Design Program for the Mobile District, South Atlantic Division, U.S. Army Corps of Engineers

Notice Date
7/24/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Mobile - Military, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
DACA01-03-R-0054
 
Response Due
9/12/2003
 
Archive Date
11/11/2003
 
Point of Contact
Judy F. McMichael, 251-441-6510
 
E-Mail Address
Email your questions to US Army Engineer District, Mobile - Military
(judy.f.mcmichael@sam.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA THE POC LISTED IN THIS ANNOUNCEMENT IS RESPONSIBLE ONLY FOR SUBMISSION OF THE ANNOUNCEMENT. CONTRACT INFORMATION: Architect-Engineering (A-E) Services for an Indefinite Delivery Contract to Support the Design Program for the Mobile District, and South Atl antic Division, U.S. Army Corps of Engineers. This announcement is open to all businesses regardless of size. The contract will be awarded for a period not to exceed a total of three years. Work under this contract to be subject to satisfactory negotiation of individual task orders, with the total IDC contract value not to exceed $3,000,000 over the three-year life of the contract. The Government intends to initially award the contract for $1,000,000, with the reserved right to modify the contract amount to the full $3,000,000 value during the three-year life of the contract. There is a possibility that multiple contracts may be awarded on this solicitation. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professi onal qualifications necessary for the performance of the required services. All interested A-E are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The subcontracting goals for this contract are as follows: a minimum of 57.2% of the contractor's intended subcontract amount be placed with small businesses (SB), 8.9% be placed with small disadvantaged businesses (SDB), 8.1% be placed wi th women-owned small businesses (WOSB), 3.0% be placed with HUB Zone small business, and 3.0% be placed with Service-Disabled Veteran-Owned Small Business. (A small business A-E firm is defined as a firm which has average annual receipts over the past 3 ye ars of no more than $4,000,000.) If a large business is selected for this contract, the firm will be required to submit a detailed subcontracting plan during contract negotiation. If the selected firm intends to submit a plan with lesser goals, it must sub mit written rationale in the plan why the above goals can not be met. A firm fixed price contract will be negotiated. The North American Industry Classification System (NAICS) code for this action is 541330. PROJECT INFORMATION: Specific projects are not k nown at this time but are expected to include renovation/repair projects, such as, building renovations and additions, preparation of project definition and programming documents, charettes, preparation of the technical portions of design-build solicitatio ns, environmental permit applications, and design of new vertical and horizontal construction projects. The vast majority of the work will be on military installations, however work may also include a variety of projects under the Support for Others progra m. The selected firm must have the capability to perform topographic surveys and subsurface investigations. It is expected that some projects will require contract support services. The majority of the work will be located in the southeastern United States , however work may be located in Central or South America, Puerto Rico, the U.S. Virgin Islands, and other locations may be assigned to the Mobile District and South Atlantic Division, U.S. Army Corps of Engineers. SOLICITATION INFORMATION: This presolicit ation notice will be modified to include the full solicitation requirements on or about 11 August 2003. Interested firms will have at least 30 days from the time of the modification to prepare and submit their SF 255 and SF 254s.
 
Place of Performance
Address: US Army Engineer District, Mobile - Military P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
Country: US
 
Record
SN00382085-W 20030726/030724214915 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.