Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2004 FBO #0846
SOLICITATION NOTICE

C -- The Huntington District, U.S. Army Corps of Engineers makes the following requirement announcement. The point of contact for this procurement is Elizabeth D. Ward (304)399-5624.

Notice Date
3/19/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Huntington, ATTN: CELRH-CT, 502 8th Street, Huntington, WV 25701-2070
 
ZIP Code
25701-2070
 
Solicitation Number
W91237-04-R-0008
 
Response Due
4/20/2004
 
Archive Date
6/19/2004
 
Point of Contact
Mary Ann Maynard, 304-399-5736
 
E-Mail Address
Email your questions to US Army Engineer District, Huntington
(Mary.A.Maynard@Lrh01.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act (PL 92-582) as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required wo rk. ARCHITECT-ENGINEER SERVICES FOR COST ENGINEERING, COST ESTIMATING, AND VALUE ENGINEERING SERVICES TO SUPPORT THE DEVELOPMENT OF VARIOUS PROJECTS WITHIN OR ASSIGEND TO THE GREAT LAKES AND OHIO RIVER DIVISION. One indefinite delivery contract will be ne gotiated and awarded with a base year and two option years. The amount of the contract will not exceed $3,000,000.00. Work will be issued by negotiated firm-fixed-price task orders. The contract is anticipated to be awarded in July 2004. 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 the contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on the part of the work it intends to subcontract. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determine d by the Department of Labor under the Service Contract Act as determined relative to the employee??????s office location (not the location of the work.). The plan is not required with this submittal. Quality Control Plans will also be required at the t ime of award. 2. PROJECT INFORMATION: Engineering Services will include cost engineering, cost estimating, and value engineering services for civil works, military, and hazardous, toxic, and radioactive waste (HTRW) projects. Work will require use of Second Generation MCACES (MII) cost estimating software developed by Building Systems Design, Inc. of Atlanta, Georgia and Primavera project management software. Prospective firms must have experience in cost engineering and cost estimating for civil works , military and HTRW projects and value engineering process. Work may be performed to support other Federal agencies. 3. SELECTION CRITERIA: The selection criteria for this particular project are listed below in descending order of importance (first by ma jor criterion and then by each sub-criterion). Criteria a ?????? d are primary. Criteria e-f are secondary and will only be used as ??????tie-breakers?????? among firms that are essentially technically equal. a. Professional qualifications: (1) Educatio n 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) cost engineering and cost estimating for civil works, mil itary, and HTRW projects, (2) use of required software, and (3) value engineering studies as performed by the Corps of Engineers. c. Capacity to perform up to $1,000,000 worth of work of the required type in a one-year period. 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 to 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 A-E contracts among qualified firms, including SB and SBD. f. Extent of participation of SB (including WOSB), SBD, historically black colleges an d universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this 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 4:00 PM 20 April 2004. Solic itation packages are not provided. The SF 255 shall not exceed 50 pages, including no more than 5 pages for Block 10. Pages which are printed front and back will constitute two pages. Use no smaller than 12-font type. Include the firm??????s ACASS numbe r in SF 255, Block 3b. For ACASS information, call (503) 808-4590. In Block 10 describe the firm??????s overall Quality Management Plan. In Block 10 also indicate the estimated percentage involvement of each firm on the proposed team. Include an organizati on chart of key personnel to be assigned to the contract. 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 Com merce Information Center at 1-800-334-3414. Facsimile transmissions will not be accepted. No additional information will be given to firms during the announcement period. This is not a request for proposal. The point of contact for this procurement is Elizabeth.D.Ward@Lrh01.usace.army.mil
 
Place of Performance
Address: US Army Engineer District, Huntington ATTN: CELRH-CT, 502 8th Street Huntington WV
Zip Code: 25701-2070
Country: US
 
Record
SN00550726-W 20040321/040319212320 (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.