Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2007 FBO #1896
MODIFICATION

C -- Indefinite Delivery AE Contract for Multidiscipline Design or Other Professional Services for Base Realignment and Closure (BRAC) and Military Construction Projects for the Southwestern Division but may be used on a limited basis nationwide

Notice Date
2/2/2007
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-07-R-019A
 
Response Due
2/21/2007
 
Archive Date
4/22/2007
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REVISED ANNOUNCEMENT (ORIGINALLY POSTED ON 22 JAN 07 AND 25 JAN 07) TO REVISE paragraph 4.h. THIS IS A CONTINUATION OF AN ANNOUNCEMENT UNDER Solicitation No. W9126G-07-R-0019. YOU MUST DOWNLOAD BOTH ANNOUNCEMENTS FOR THE COMPLETE SYNOPSIS . 4. SUBMITTAL REQUIREMENT: Submittals shall be sent to: US Army Corps of Engineers, Attn: Ms. June Wohlbach, Room 2A19, 819 Taylor Street, Fort Worth, Texas 76102-0300 (P.O. Box 17300). (a) Interested firms having the capabilities to perform this w ork must submit one copy of SF 330 (6/2004 Edition), as indicated below to the above address not later than 3:00 p.m. (Central Time) on the response date indicated above. If the response date is a Saturday, Sunday or Federal Holiday, the deadline is 3:00 p.m. of the next business day. Regulation requires that the Government not consider any submittals received after this time and date. Late proposal rules found in FAR ? 15.208 will be followed for submittals received late. Submission by telephonic facsimi le and electronic mail will not be accepted. (b) Responding firms must submit a copy of a current (signed within the past 12 months) and accurate SF 330, Part II for themselves and each proposed consultant even if an SF 330, Part II is already on file. All SF 330, Part IIs must be signed and dated either by an original handwritten signature or a cut & pasted facsimile of an original signature. SF 330, Part II shall be provided for the specific prime, other offices of the prime and subcontractor offices proposed to perform the work. Indicate in Block 3b of each SF 330, Part II if the firm is a Large, Small and Disadvantaged or HUB Zoned, Service Disabled Veteran-Owned Small Business, or Woman-Owned Small Business. To be classified as a small business, a firms average annual receipts or sales for the preceding three fiscal years must not exceed $4.5 million. (c) Submit only one SF 330, Part I for the design team, completed in accordance with the SF 330 instructions. It must contain information in suff icient detail to identify the team (prime, other offices of the prime firm and consultants) proposed for the contract. The lead firm on the team is the prime contractor. If the prime has more than one office, every one of its offices listed in Section C w ould be considered both a prime and a branch office. If the submittal is by a joint-venture, then the various key offices of the joint-venture listed would be considered both J-V partner and a branch office. If a subcontractor has more than one office, ev ery one of its offices listed in Section C would be considered both subcontractor and a branch office. The A-E shall not include company literature with the SF 330. (d) In Block No. 2a of the SF 330, Part II, provide the Dun and Bradstreet Number (DUNS) f or the prime A-E or Joint Venture. The DUNS number must be for the firm performing the work; i.e., not the parent company DUNS number if the firm has branches, but a DUNS number specifically for the office, prime or branch performing the work. Each branc h office, joint venture and/or subcontractor must have their own DUNS number. For assignment of DUNS numbers, contact the Dun and Bradstreet office at 1-866-705-5711 or via the Internet at http://www.dnb.com. The DUNS procedures replace the previous ACASS system/procedures. e) In Block C of the SF 330, Part I, identify the discipline/service to be supplied by each consultant. Provide brief resumes in Block E of the on-staff or consultant employees you intend to use to perform the work. Resumes must be su bmitted for each employee required to meet the minimums stated above in paragraph 3b. In Block G-26, along with the name, include the firm/location the person is associated with. The names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable. Also, include a Team Pro ject Organizational Chart for each firm proposed indicating how the proposed firm integrates into the composite team. (f) A maximum of 10 projects including the prime and consultants will be reviewed in Part I, Block F. Use no more than one page per proje ct. (g) In Block H of the SF 330, Part I, provide a narrative to address each of the requirements, to include a draft Design Quality Control (DQC) Plan. It shall include a brief presentation of internal controls and procedures that you use to insure that a quality design is produced. DOD awards shall be shown in an itemized summary including Agency, Contract Number/Task Order No., Project Title, and Award Amount dollars. Include a total of all listed awards. Note that award of Indefinite Delivery Contrac ts should not be counted as award amounts; only actual Task Orders and any modifications thereto should be included in the amounts. When addressing Team capabilities, clarify planned capability, existing capability, and prior experiences if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3. Do not exceed twenty (20) pages for Block H. (h) Submittals shall be prepared using Standa rd English and must be written in a concise, yet clear and informative style. Submittals shall use a minimum 12 point Arial style font in preparing narrative elements and a minimum 12 point Arial style font in preparing tables. (i) Front and back side use of a single page will count as 2 pages. Pages in excess of the maximum will be discarded and not used in evaluation of the selection criteria. Maximum page size shall be 8.5x11. (j) Personal visits to discuss this announcement will not be scheduled. (k) Solicitation packages are not provided for A-E contracts and no additional project information will be given to firms during the announcement period. Facsimile transmissions will not be accepted. Points of Contact: Contracting - Ms. June Wohlbach (817) 88 6-1069, Technical - Mr. Robert Wooley, (817) 886-1436. E-mail your questions to US Army Engineer District, Fort Worth at: june.wohlbach@usace.army.mil . This is not a request for proposal. THIS IS A CONTINUATION OF AN ANNOUNCEMENT UNDER Solicitation No. W9 126G-07-R-0019. YOU MUST DOWNLOAD BOTH ANNOUNCEMENTS FOR THE COMPLETE SYNOPSIS.
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN01224961-W 20070204/070202221539 (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  © 1994-2020, Loren Data Corp.