Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2005 FBO #1157
MODIFICATION

C -- INDEFINITE DELIVERY/INDEFINITE QUANTITY FOR A-E SERVICES FOR PROJECTS LOCATED ALONG THE US/MEXICO BORDER IN CA, AZ, NM AND TX

Notice Date
3/23/2004
 
Notice Type
Modification
 
NAICS
541310 — Architectural Services
 
Contracting Office
International Boundary and Water Commission, Information Management Division, Acquisition Division, 4171 North Mesa, Suite C-310, El Paso, TX, 79902
 
ZIP Code
79902
 
Solicitation Number
IBM04R0002
 
Response Due
4/12/2004
 
Point of Contact
Colleen Elliott, Contract Specialist, Phone (915) 832-4714, Fax (915) 832-4192, - Colleen Elliott, Contract Specialist, Phone (915) 832-4714, Fax (915) 832-4192,
 
E-Mail Address
colleenelliott@ibwc.state.gov, colleenelliott@ibwc.state.gov
 
Description
THE DESCRIPTION INFORMATION PREVIOUSLY PROVIDED IS REPLACED ENTIRELY. All information needed to submit SF 254 and SF 255 documents is contained herein. The U.S. Section, International Boundary and Water Commission, United States and Mexico, (USIBWC), intends to award an Architect Engineer (A-E) Indefinite Delivery/Indefinite Quantity (IDIQ) contract for A-E services for projects located along the U.S./Mexico border in the United States (States of Texas, New Mexico, Arizona and California) and the Republic of Mexico (States of Tamaulipas, Nuevo Leon, Coahuila, Chihuahua, Sonora and Baja California). The selected firm must be able to team with firm(s) in Mexico to assist in the projects. One (1) A-E firm will be selected from this announcement. A Firm-Fixed Price (IDIQ) contract is contemplated for a basic year with four (4) option years. The expected minimum and maximum task order amounts are $25,000 and $1,000,000 respectively. The expected maximum total contract amount is $5,000,000. The A-E contractor must possess sufficient qualifications and experience to provide the full range of A-E services necessary for the projects under the subject contract, as determined necessary by the USIBWC. Such services may include but will not be limited to the following: (a) Inventory of facilities; data acquisition, measurement and recording; development of engineering, planning, and feasibility/cost benefit studies; investigations; evaluations; operations and maintenance studies; energy studies; risk analysis and vulnerability assessments; space utilization studies; safety plans; standard operating procedures; network analysis schedules; and conceptual, preliminary and final designs. (b) Design services for rehabilitation, renovation, repair, and new construction for civil works associated with surface and subsurface water deliveries, flood control and hydropower, such as channels, levees, canals, dikes, dams, reservoir embankments, and hydro-electric power plants as well as ancillary site work, buildings, roads and paving, erosion control, and bridges. Design services for rehabilitation, renovation, repair, maintenance, and new construction for civil environmental works, including wastewater (both advanced primary and secondary treatment) plants and wastewater collection and conveyance facilities and water treatment plants and potable water distribution systems. Design services shall include evaluations, master planning, pre-design, conceptual, final designs, and preparation of the estimate of probable construction costs. (c) Environmental services and technical support related to projects for compliance with the Clean Air Act (CAA), Clean Water Act (CWA), Safe Drinking Water Act (SDWA), Resource Conservation and Recovery Act (RCRA), Comprehensive Environmental Response, Compensation and Liability Act (CERCLA) such as associated recycling, waste minimization and pollution prevention initiatives, including preliminary site assessment investigations, surveys, feasibility studies, inventories, and characterizations; soil, air, hazardous waste, surface water, groundwater, wastewater, and sludge sampling, testing, and certified analytical laboratory analyses of multi-media samples consistent with the nature of known or suspected contaminants; contaminant transport and fate modeling; services for the preparation of management, response, implementation, and closure plans; permits; site remediation and site remediation designs; corrective and removal action designs; design of hazardous waste containment systems; Underground Storage Tank (UST) upgrades and remediation; bio solids and hazardous materials treatment and disposal evaluations/recommendations; long-term monitoring and post-closure care requirements; and industrial pretreatment control investigations. (d) Permitting support, including performance of additional engineering analyses, studies, computations, and preparation of applications and drawings necessary to obtain all NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (23-MAR-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 24-JAN-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/IBWC/IMD/ElPasoTX/IBM04R0002/listing.html)
 
Place of Performance
Address: Projects located along the US/Mexico border in the United States (States of Texas, New Mexico, Arizona and California) and the Republic of Mexico (States of Tamaulipas, Nuevo Leon, Coahuila, Chihuahua, Sonora and Baja California).
Country: United States and Mexico
 
Record
SN00739318-F 20050126/050124212419 (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.