Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2005 FBO #1348
SOLICITATION NOTICE

C -- Geotechnical Engineering Services in support of the design and construction of the Chickamauga Lock Replacement Project, Nashville District Corps of Engineers

Notice Date
8/3/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
USA Engineer District, Nashville, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070
 
ZIP Code
37202-1070
 
Solicitation Number
W912P5-05-R-0007
 
Response Due
9/6/2005
 
Archive Date
11/5/2005
 
Small Business Set-Aside
N/A
 
Description
1. Contract Information: One Indefinite Delivery Contract for Geotechnical Engineering Services will be awarded to perform a variety of geotechnical engineering services at the Chickamauga Lock and Dam project. This contract may also be used to prov ide similar services at projects located in other portions of the Nashville District. Projects outside the primary area of responsibility may be added at the Governments discretion. The NACIS code for this contract will be 541330. The SIC code will be 8711. The contract time period will be three years. Tasks will be directed by individually issued Task Orders. More than one Task Order may be issued concurrently. The total accumulative amount will not exceed $3,000,000, with no one Task Order exceedin g $1,000,000.00. The contract is anticipated to be awarded in September 2005. This announcement is open to all businesses regardless of size. 2. Project Information: The A-E firm will be required to provide geotechnical engineering services in support o f the design and construction of the Chickamauga Lock Replacement project. Services may include but are not limited to field exploration, overwater drilling, geotechnical design of various features of the lock, laboratory services, and engineering during construction support. Monumentation and instrumentation work on the existing Chickamauga Lock and Dam will also be required. 3. Selection Criteria: The selection criteria are listed below in descending order of importance. Criteria a-e are primary. C riteria f-h are secondary and will only be used as tie-breakers among technically equal firms. (a) Specialized experience and technical competence of the prime firm and any subcontractors in the type of work described in paragraph 2 above. Evaluation fa ctors will include knowledge and experience on lock and dam geotechnical design issues and monumentation/instrumentation experience on locks and dams. The effectiveness of the proposed management structure and the prior working relationship between a prim e firm and any subcontractor will also be evaluation factors. A single point of contact must be clearly identified in the submittal. Firms should also demonstrate ability to provide CADD services compatible with Microstation . (b) Professional qualificati ons of the key project management and technical personnel to be assigned to the contract. Evaluation factors will include the education, training, and registration of these personnel. (c) Capacity of the firm to accomplish the work. Work will often requi re simultaneous action on several design tasks at one time. (d) Knowledge of the locality and local geotechnical conditions. (e) Past experience on DOD contracts with respect to cost control, quality of work, and compliance with performance schedules. (f) Extent of participation of small businesses, small disadvantaged businesses, including women-owned, minority-owned and service disabled veterans in the proposed contract team, measured as a percentage of the total estimated effort. (g) Volume of DOD cont ract awards in the last 12 months. (h) Location of the firm in the general geographic area of the Chickamauga Lock and Dam project. 4. Submission Requirements: Interested firms having the capacity to perform this work must submit two copies of SF 330 by c lose of business on 6 September 2005. All firms submitting must be registered with the Central Contractor Registration (CCR). No other general notification to firms under consideration for this work will be made, and no further action is required. Inclu de the firms ACASS number in submittal. For ACASS information, call 503-326-3459. Solicitation packages are not provided. For SF330 being submitted by Express Mail, the delivery address is: US Army Corps of Engineers ATTN: Kristal Jones, CELRN-CT, Ro om A-604, 110 Ninth Avenue South Nashville, TN 37203. For questions pertaining to this solicitation, contact Kristal Jones, Contract Specialist at (615) 736-79 16 or by e-mail at Kristal.R.Jones@usace.army.mil or Cassandra Mora, Contracting Officer at (615) 736-7976 or by e-mail at Cassandra.D.Mora@usace.army.mil.
 
Place of Performance
Address: USA Engineer District, Nashville P.O. Box 1070, 801 Broad Street Nashville TN
Zip Code: 37202-1070
Country: US
 
Record
SN00861548-W 20050805/050803212451 (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.