Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2006 FBO #1538
MODIFICATION

99 -- THIS COMBINED SYNOPSIS/SOLICITATION HAS BEEN CANCELED

Notice Date
2/9/2006
 
Notice Type
Modification
 
Contracting Office
US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-06-R-0014
 
Response Due
2/9/2006
 
Archive Date
4/10/2006
 
Point of Contact
Daisy Joseph, 9165575193
 
E-Mail Address
Email your questions to US Army Engineer District, Sacramento
(josephd@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
CANCELED--CANCELED--This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only s olicitation; proposals are being requested and a written solicitation will not be issued. Solicitation W91238-06-R-0014 is being issued as a Request for Proposals (RFP). This solicitation incorporates FAR provisions and clauses for commercial items in ef fect through Federal Acquisition Circular 2005-06. The Sacramento District, South Pacific Division (SPD), US Army Corps of Engineers (USACE) intends to establish several Blanket Purchase Agreements (BPAs) with qualified Engineering Project Firms. This pr ocurement is being advertised as a 100% Small Business Set-Aside for a period of five (5) years. The BPA will only be established with qualified Engineering Firms under NAICS code 236220, which has a small business size standard of $6,000,000. Award(s) s hall be made on a Firm-Fixed price basis to responsive and responsible offeror(s) whose proposals are determined to be in the best interest of the Government with consideration in the following areas: technical, qualification, and pricing information. The firms with which the Government shall establish BPAs are referred to as BPA Holders. In the context of orders that have been awarded, the BPA Holder may also be referred to as the Contractor. Calls against the BPA are referred to as orders. DESCRIPTION OF WORK: SACRAMENTO DISTRICT PERFORMS VALUE ENGINEERING STUDIES ON CIVIL, MILITARY, HAZARDOUS, TOXIC AND RADIOLOGICAL WASTE (HTRW) WORK WITHIN ITS BOUNDARIES, WHICH INCLUDE ALL OR PART OF THE FOLLOWING TEN (10) WESTERN STATES: AZ, CA, CO, ID, NV, NM, OR, TX, UT, AND WY. STUDIES WILL INCLUDE BUT ARE NOT LIMITED TO THE DESIGN, CONSTRUCTION, AND RESTORATION OF PROJECTS DEALING WITH WATER RESOURCES AND FLOOD MANAGEMENT REDUCTION, ENVIRONMENTAL RESTORATION, INFRASTRUTURE, ROADWAYS, BRIDGES, UTILITIES, HOUSING BUILDINGS, FACILITIES, RUNWAYS, HANGERS, BARRACKS, DINING FACILITIES, POST OFFICES, SECRUITY AND DETENTION CENTERS, FUEL TANKS, EXPLOSIVE ORDNANCE REMOVAL, GROUNDWATER CLEANUP, REAL ESTATE TRANSACTIONS, NAVIGATION, RECREATION, WASTEWATER TREATEMENT FACILI TIES AND VARIOUS OTHER TYPES OF ENGINEERIG AND CONSTRUCTION RELATED SERVICES. TYPES OF SERVICES: A WIDE VARIETY OF SERVIES MAY BE ORDERED UNDER THIS BPA IN SUPPORT OF SPD FOR VALUE ENGINEERING ACTIVITIES THROUGHOUT THE WESTERN STATES INCLUDING MULTI-DISCI PLINE VALUE ENGINEERING, TECHNICAL TEAM MEMBERS AND CVS FACILITATIORS. LOCATION OF SERVICES: MOST SERVICES WOULD BE PERFORMED OFF-SITE ANYWHERE WITHIN SPD BOUNDARIES. THE BPA HOLDER MAY TEAM WITH OTHER FIRMS AS NECESSARY TO PROVIDE SERVICES THROUGHOUT TH IS REGION. TEAM ARRANGEMENTS: THE BPA HOLDER WILL BE THE PRIME CONTRACTOR FOR ANY ORDER PLACED UNDER THIS BPA, REGARDLESS OF ANY TEAMING ARRANGEMENTS IT MAY MAKE WITH OTHER FIRMS. THE BPA HOLDER WILL BE SOLELY RESPONSIBLE FOR PORVIDING SERVICES FOR REQUI RED SERVICES AND PAYMENT FOR THE ACCEPTED SERVICES WILL BE MADE ONLY TO THE BPA HOLDER/CONTRACTOR. The Government will evaluate submitted proposals and establish BPAs with those firms determined to offer the best value to the Government based on a combine d assessment of technical capability and price not necessarily in that order. The offeror shall include his/her proposal with a signed statement of interest; a price quotation; and technical capability information as described below. PRICE QUOTATION: A p ricing list should include- fully burdened hourly rates which include overhead and profit for all labor categories that are anticipated to be utilized in performing work under required BPA orders. If your firm utilizes different skill levels or categories , provide the hourly rates for each level (e.g., Technical Writer I, Technical Writer II, etc.). Examples of possible labor categories could include but are no t limited to the following: Facilitator (CVS), Cost Estimator, Architectural, Civil, Electrical, Environmental, Mechanical and Structural Engineers. For each labor category provide rates for each year for a five (5) year service period. CAPABILITY INFORM ATION: Identify the type of work your firm specializes in and the specific categories of services that your firm is interested in competing for, if other than the full spectrum of work that could be required under the prospective BPAs. Provide a corporate resume that addresses your firms capability to perform the indicated services. Information provided should be specific in terms of similar services provided to the Government or other clients within the last three years. The offeror shall provide resum es for Facilitator (CVS), Cost Estimator, Architectural, Civil, Electrical, Environmental, Mechanical, and Structural Engineers/Technicians with a minimum of three (3) years experience. The offeror shall provide a list of references (at a minimum- five (5 ) names) with current contact information that the Government can contact. The offeror may also include other information that will substantiate your firms record of past performance during the last three (3) years with the Government or other clients on same or similar work. Example: letters of appreciation or commendations, performance ratings, information pertaining to quality awards, etc. In addition a Quality Control Plan is required for this BPA. REPRESENTATIONS AND CERTIFICATIONS: Awards will on ly be made to contractors registered in Central Contract Registration. The website is http://orca.bpn.gov. All FAR and DFARS provisions and clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil. FAR 52.202-1 Definitions; FAR 5 2.203-5 Covenant Against Contingent Fees; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government and Alternant I; FAR 52.203-7 Anti-Kickback Procedures; FAR 52.204-7 Central Contracting Registration; FAR 52.209-1 Qualification Requirements; FAR 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters; FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.212 -1 Instructions to Offerors- Commercial Items; FAR 52.212-2 Evaluation- Commercial Items; FAR 52.212-3 Offeror Representations and Certifications- Commercial Items; FAR 52.212-4 Contract Terms and Conditions; FAR 52.212-5 Contract Terms and Conditions Requ ired to Implement Statues or Executive Orders- Commercial Items, applies to this acquisition and Alternate I; FAR 52.216-23 Execution and Commencement of Work; FAR 52.216-24 Limitation of Government Liability; FAR 52.216-25 Contract Definitization; FAR 52. 217-8 Option to Extend Services; FAR 52.217-9 Option to Extend the Terms of the Contract; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-9 Utilization of Small Business Concerns; FAR 52.222-26 Equal Opportunity; FAR 52.223-13 Certificati on of Toxic Chemical Release Reporting; Toxic Chemical Release Reporting; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-1 Payments; FAR 52.232-18 Availability of Funds; FAR 52.232-33 Payment by Electronic Funds Transfer  Central Cont ractor Registration; DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items; D FARS 252.225-7001 Buy American Act and Balance of Payments Program; FAR 52.232-35 Designation of Office for Government Receipt of Electronic Funds Transfer Information; FAR 52.233-3 Protest after Award; FAR 52.233-4 Applicable Law for Breach of Contract Cl aim; FAR 52.244-6 Subcontracts for Commercial Items; FAR 52.245-2 Government Property (Fixed-Price Contracts) FAR 52.249-2 Termination for Convenience of the Go vernment (Fixed Price); FAR 52.249-8 Default (Fixed-Price Supply and Services). THE BPA ORDERING PROCESS: As requirements are determined by the Government to be appropriate for ordering under this BPA materialize, the government will issue RFQs to the BPA Holders. The RFQs will include 1) Statement of Work, which describes the services to be performed; 2) Special contractual requirements that will apply to the order including delivery requirements/performance schedules; 3) Applicable Service Contract Act wage determinations; and 4) Quotation preparation and submittal instructions. If the BPA Holder is interested in competing for the order, he/she must respond by submitting a quotation. The BPA Holder is not required to compete for every order. Quotation s submitted by the BPA Holder will generally consist of: technical/capability information, lump sum Firm-Fixed price (inclusive of all labor, materials, travel, expenses, etc.), and price breakdown for the price quotation by labor categories with estimated hours at the established hourly rates and all associated other direct costs. No work is guaranteed under a BPA. Therefore, there is no minimum dollar value of work that must be ordered by the Government under this BPA. This is also no maximum dollar va lue for this BPA. BPA order limitations, each order issued under this BPA will be for an amount exceeding $2,500 but not more than $100,000. This BPA will be managed by the Sacramento District Contracting Office. However, District offices with SPD (i.e. San Francisco, Los Angeles, and Albuquerque) may issue RFQs and orders under this BPA. The point of contact for this BPA is the Sacramento District Contracting office: Daisy Joseph, telephone number: 916-557-5193. PROPOSALS ARE DUE NO LATER THAN 22 FEBR UARY 2006 AT 3:45 PST.
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
Country: US
 
Record
SN00984703-W 20060211/060209212738 (fbodaily.com)
 
Source
FedBizOpps 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.