Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2005 FBO #1242
SOLICITATION NOTICE

C -- Development of a roof-training program for the U.S. Army Reserve Roofing Inspection and Maintenance Program.

Notice Date
4/19/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-05-R-0018
 
Response Due
5/19/2005
 
Archive Date
7/18/2005
 
Small Business Set-Aside
Total Small Business
 
Description
POC: Kim McKnight 1. CONTRACT INFORMATION: NAICS Code 541330. This solicitation is set aside for one SMALL Business contract. The proposed service will be obtained by negotiation a firm fixed price contract for use by the U.S. Army Reserve. Awa rd of this contract is anticipated for the July 2005 to September 2005 time frame. The estimated cost of this contract is $100,000 to $250,000. This announcement is restricted to small businesses. To be eligible for award, a firm must be registered in t he DOD Central Contractor Registration (CCR) database and must have completed annual Representations and Certifications via the Internet site at http://www.bpn.gov/ccr or by contacting the DOD Electronic Commerce Information Center at (800) 334-3414. Regi ster to provide representations and certifications at http://orca.bpn.gov. See submittal requirements in Section 4 of this announcement. The selected firm will become solely responsible for developing the guide specifications and standard details under t he auspices of a licensed engineer. Firms must not be affiliated with a roofing manufacturer, supplier or other proprietary relationship. 2. PROJECT INFORMATION: This contract requires the development of four sets of standard guide specifications, roofin g details and interactive training CDs, one for each of the four distinct types of roofing systems (modified bitumen (SPS), (APP); 4-ply built-up with gravel; EPDM and PVC) for re-roofing applications. The guide specifications shall be provided in Microso ft Word. The roofing detail shall be provided in AutoCAD. The training CDs shall be interactive (e.g. Post Test Modules). Each video shall be approximately 45 minutes in length, emphasizing roof inspection and highlighting the best practices found in th e guide specifications. The target audience will be designers, inspectors, maintenance personnel and roofing contractors not affiliated with suppliers and manufacturers who are involved in the re-roofing of Installation Management Agency (IMA) facilities throughout the United States. 3. SELECTION CRITERIA: The specific selection criteria are listed in descending order of importance and must be documented with resumes in the SF330. Criteria A through D are primary selection criteria, E through F are secon dary selection criteria. A. Professional Qualifications: The evaluation will consider education, training, registration and certifications and overall experience as well as longevity with the firm. Resumes for the following individuals must be provided: Resumes for two engineers/architects (at least one of whom must be a Licensed Professional Engineer or Registered Architect) with five years roofing design/consultation experience; two resumes for Registered Roofing Consultants (RRCs) with a combined tota l of 15 years experience as RRCs. B. Specialized Experience and Technical Competence: The firm's demonstrated experience with designing complex new and replacement roofing systems with nationwide applications over the past five years to include the specif ied roofing systems (modified bitumen (SBS) (APP); 4-ply built-up with gravel; EPDM and PVC). C. Past Performance: Past Performance on DOD and other contracts with respect to cost control, quality control and compliance with performance schedules. D. Cap acity: Capacity of the firm or the branch office to complete the work in the required time. Only resumes identifying the professionalism and specialized experience of the group is necessary. Other available personnel may be specified in Block H of SF330. E. Small Business Volume of DoD awards in the last 12 months. F. Extent of the participation of Small Businesses, Small Disadvantaged Businesses, HUBZone Small Businesses, Service Disabled Veteran Owned Small Businesses, Women Owned Small Businesses, Historically Black Colleges and Universities and Minority Institutions on the proposed contract team are measured as a percentage of the estimated effort. 4. S UBMITTAL REQUIREMENTS: Firms that are interested and meet the requirements described in this announcement are invited to submit one completed SF330, Parts I and II. Responses must be in hard copy, no electronic documents or faxed documents will be conside red. All responses on SF330 to this announcement must be receivd no later than 4:00 p.m. local time on May 19, 2005. The responses shall be mailed to U.S. Army Corps of Engineers, Louisville District, ATTN: Kim McKnight, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202. Responding firms must submit a current and accurate SF330, Part II for each proposed subconsultant and for each branch office performing work for this contract. The SF330, Part I, is limited to 50 pages (a page is o ne side of a sheet). The business size status should be indicated in Block 3 of the SF330. Any firm with an electronic mailbox responding to this solicitation should identify the address in the SF330, Part I. The ACASS number of the office performing th e work shall be listed in the SF330, Part I, Section C, Blcok 12. ACASS numbers may be obtained by contacting the Portland District Corps of Engineers at (503) 808-4590. This is not a request for proposals; solicitation packages will not be provided.
 
Place of Performance
Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
Country: US
 
Record
SN00791171-W 20050421/050419212312 (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.