Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2004 FBO #0853
MODIFICATION

C -- FIXED-PRICE ARCHITECT-ENGINEER CONTRACT FOR PREPARATION OF ARKANSAS RIVER CORRIDOR MASTER PLAN FOR TULSA COUNTY, OKLAHOMA

Notice Date
3/26/2004
 
Notice Type
Modification
 
Contracting Office
US Army Engineer District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
 
ZIP Code
74128-4609
 
Solicitation Number
W912BV-04-R-2010
 
Response Due
4/13/2004
 
Archive Date
6/12/2004
 
Point of Contact
Brenda Anderson, 918-669-7274
 
E-Mail Address
Email your questions to US Army Engineer District, Tulsa
(Brenda.K.Anderson@swt03.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This solicitation is amended as follows: Please DISCARD ALL PREVIOUS VERSIONS OF THIS SOLICITATION. 1. CONTRACT INFORMATION: A firm fixed-price contract will be negotiated for Architect-Engineer (A-E) Services to prepare an Arkansas River Corridor Master Plan. The Master Plan will serve as general guidance for future development along the Arkansas Rive r in Tulsa County. Required services consist of all work related to the preparation of a Master Plan including, but not limited to, preliminary environmental and cultural resource studies, market analysis, and plan formulation. The A/E will also integrat e information from the Arkansas River Corridor Vision Plan, which is scheduled to be completed in June 2004. This procurement is unrestricted. The anticipated contract award date is June 30, 2004. All responders are advised that this requirement may be canceled or revised at any time during the solicitation, evaluation, selection, and negotiation. The final award date may vary, and final completion date may vary. If a large business is selected for this contract, it must comply with FAR 52.219-9 regard ing the requirement for a subcontracting plan on that part of the work it intends to subcontract. For your information, the subcontracting goals for Tulsa District are 60%for small business (SB), 10%for small disadvantaged business (SDB), 10% for woman-ow ned small business (WOSB), 5% for veteran-owned small business (VOSB), 3% for service-disabled veteran-owned small business (SDVOSB), and 3% for HUBZone. The plan is not required with this submittal. The wages and benefits of service employees (see FAR 2 2.10) performing under this contract must be at least equal to those determined 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). To be eligible for contrac t award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http:ccr.edi.disa.mil or by contacting the DoD Electronic Commerce Information Center at 800/334-3414. 2. PROJECT STUDY INFORMATIO N: The study area consists of approximately 43 miles of Arkansas River Corridor extending from Keystone Lake Dam to the Tulsa/Wagoner County line. The Master Plan shall address the specific needs of communities as expressed through the Vision 2025 bond, input from public meetings and by direction of the Arkansas River Corridor Advisory Committee. Public meetings will be conducted over several days in a process similar to a charett. Selected A-E will be required to produce CADD drawings, as part of the M aster Plan document, compatible with MicroStation software (5.0 or higher) of Bentley Systems. 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria in descending order of importance are: A. Experience: 1. Speciali zed recent experience and technical competence of the A-E firm and/or consultants in the planning and design of urban river corridor projects. 2. Experience in the plan formulation of urban river corridor ecosystem restoration projects with consideration of federal authorities. 3. Working within cost limitations. 4. Quality management procedures ?????? coordination between disciplines, subcontractors, the public, and other stakeholders. 5. Comparable experience of the firm and consultants on urban ri ver corridor projects completed within the last five years will be given the greatest weight. B. Past Performance on DoD and other Contracts with respect to cost control, quality of work, compliance with delivery schedules, history of working relationshi ps with consultants, and overall cooperativeness and responsiveness. C. Qualified and registered professional personnel with experience in the following areas of expertise: urban watershed planning and design; project management, hydraulics, hydrology, a nd water quality; fluvial geomorphology; civil eng ineering; market analysis; and public participation. Particular focus will be on the qualifications of the personnel with relevant experience on similar projects. D. Knowledge of the study area and applicable regulatory requirements. E. Sufficient cap acity to complete the Master Plan by March 2005. F. Volume of DoD contract awards in the last 12 months as described in Note 24. 4. SUBMITTAL REQUIREMENTS: See Note 24 for general submittal requirements. Interested firms having the capabilities to pe rform this work must submit one copy of SF 255 (and a SF254 for the prime firm and all consultants) to the above address no later than 2:30 p.m., ROOM 350, on April 13, 2004. Solicitation packages are not provided. This is not a request for proposal. Th e SF255 should specifically address the requirements of this announcement. Responding firms are requested to clearly identify areas of expertise to be provided in-house and at what office, and those areas of expertise to be provided by subcontract and at what office. Responding firms are requested to include in Block 8 of SF255 the names and telephone numbers of clients as references for relevant project work experience. In Block 10 of the SF255 include a discussion of the firm's quality control plan, in cluding coordination with subcontractors. Cover letters and extraneous material are not desired and will not be considered. As required by acquisition regulations, interviews for the purpose of discussing prospective contractor's qualifications for the c ontract will be conducted only after the submittal review by the selection board. Interviews will be conducted by telephone. Questions should be addressed to: Ms. Susan Killgore at 918/669-7136, U.S. Army Engineer District, Tulsa, 1645 S. 101st East Ave nue, Tulsa, Oklahoma 74128-4609. Personal visits to discuss this contract will not be scheduled.
 
Place of Performance
Address: US Army Engineer District, Tulsa ATTN: CESWT-CT, 1645 South 101st East Avenue Tulsa OK
Zip Code: 74128-4609
Country: US
 
Record
SN00555110-W 20040328/040326212443 (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.