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
SOURCES SOUGHT

C -- NOTICE OF INTENT TO AWARD A SOLE SOURCE PROCUREMENT for Construction Phase Services for San Juan Water District WTP Hydraulic Improvements Study and Design Project, W91238-04-C-0032

Notice Date
2/2/2007
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-04-C-0032
 
Response Due
3/5/2007
 
Archive Date
5/4/2007
 
Small Business Set-Aside
N/A
 
Description
Notice of Intent to Award a Sole Source Procurement for Construction Phase Services on Modification to Contract Number W91238-04-C-0032, San Juan Water District WTP Hydraulic Improvements Study and Design Project, Granite Bay, California Description: Sources Sought/Notice of Intent to Negotiate with One Source. The proposed contract action is a modification to Contract No. W91238-04-C-0032, for the San Juan Water District (District) Water Treatment Plant (WTP) Hydraulic Improvements Study and Design P roject, Granite Bay, California. The modification is necessary to incorporate Construction Phase services. The Government intends to solicit and negotiate, with the current contractor, Kennedy/Jenks Consultants, Inc. (Kennedy/Jenks), San Francisco, CA, u nder the authority of FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements, unless as a result of an analysis of acceptable responses to this notice, a determination is made by the Government to issue a competitive solicitation. The Sacramento District Corps of Engineers (Corps) is seeking to identify sources that are uniquely qualified to perform design and engineering (construction phase services) during the construction of an upgrade to the WTPs hy draulic system, for which Kennedy/Jenks recently completed the design. Kennedy/Jenks was selected for the hydraulic improvement design because of its long and continued involvement in the system, including development of the Wholesale Water Master Plan, a nd its unique knowledge of the Clendenen process used in the WTP. The development of the Wholesale Water Master Plan, and their design and improvements to the WTP provides Kennedy/Jenks with the unique knowledge and qualifications to provide Constructio n Phase Services, such as shop drawing review, resolution of design questions, visit the construction site to give advice on changed site conditions, phasing of the construction, provide construction representatives insight into how the design developed, r eview Construction Contractor Performance, and provide redesigns to correct errors or omissions in the design . Kennedy/Jenks involvement in planning, testing, design development, regulatory approval, and construction coordination of improvements to the D istricts water treatment plan makes them uniquely qualified to provide Construction Phase Services during the construction of the water treatment plant modifications, the Hydraulic Improvements. Interested persons may identify their interest and capabili ty to respond to the requirement. The following are the three criteria that we will used for evaluation of qualifications: 1. Interested parties must be a licensed engineering, design and science firm with field experience, and familiar with the Clenden en water treatment process; 2. Information furnished should include detail of appropriate technical and professional qualifications to provide the Government design and engineering review assistance during construction of a Clendenen water treatment pro cess plant upgrade; and 3. The interested party must pass a background security check. Information furnished as a minimum should include appropriate technical information and professional qualifications that demonstrates the firms ability to meet the min imum requirements listed above. Responses must be limited to a maximum of 10 pages, total. Oral or facsimile responses will not be accepted. Responses should be sent to: Carolyn Mallory (Contract Specialist) or Barbara Marshall (Contracting Officer), U .S. Army Corps of Engineers, ATTN: CESPK-CT-A, 1325 J Street, Sacramento, CA 95814-2922. This notice of intent is not a request for competitive proposals. However all information received, not later than 2:30 p.m. (local time), within thirty (30) days a fter date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract ac tion based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. If the Government determined, based on responses to this notice, that a full and open competition will be conducted, a synopsis will be placed in FedBizOpps announcing the acquisition; otherwise, the Government will proceed with negotiations with one source with no further notice. This action will be conducted under FSC Code C219, SIC 8711, NAICS Code 541330. The small business size standard is $4,500,000. Please direct all questions to Carolyn Mallory, Contract Specialist, phone (916)557-5203, fax (916) 557-7854, email Carolyn.E. Mallory@usace.army.mil.
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
Country: US
 
Record
SN01224991-W 20070204/070202221616 (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.