Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2007 FBO #2215
SOLICITATION NOTICE

C -- Indefinite Delivery Architect-Engineer Contract for Multidisciplinary Services for SWF and SWD, U. S. Army Corps of Engineers

Notice Date
12/18/2007
 
Notice Type
Solicitation Notice
 
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-08-R-130A
 
Response Due
1/31/2008
 
Archive Date
3/31/2008
 
Point of Contact
Linda M Griffith, 817-886-1067
 
E-Mail Address
Email your questions to US Army Engineer District, Fort Worth
(linda.m.griffith@swf02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A CONTINUATION OF AN ANNOUNCEMENT FOR Solicitation No. W9126G-08-R-0130. YOU MUST DOWNLOAD BOTH ANNOUNCEMENTS FOR THE COMPLETE SYNOPSIS. . 4. SUBMITTAL REQUIREMENT: Submittals shall be sent to: US Army Corps of Engineers, Attn: Ms. Linda M. Griffith, Room 2A19, 819 Taylor Street, Fort Worth, Texas 76102-0300 (P.O. Box 17300). (a) Interested firms (single firms or joint ventures) having the capabilities to perform this work must submit two copies of an SF 330 (6/2004 Edition), to the abov e 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. Late proposal rules found in FAR 15.208 will be foll owed for late submittals. Submission by telephonic facsimile or electronic mail will not be accepted. Personal visits to discuss this announcement will not be allowed; (b) Submit a compiled SF 330, Part I from the prime for the design team, completed in ac cordance with the SF 330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime firm and sub-consultants) proposed for the contract. Do not include company l iterature with the SF 330; (c) Use no smaller than 10 font type using standard English. Front and back side use of a single page will count as 2 pages. Pages in excess of the maximums listed will not be used in evaluation of the selection criteria. Foldout s are not allowed and shall not be considered. SF 330, PART 1 ADDITIONAL INSTRUCTIONS: (a) In Section C, identify the discipline/service to be supplied by each consultant; (b) In Section E, provide brief resumes of the on-staff or sub-consultant employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated above in paragraph 3b; (c) In Section F, a maximum of 10 projects including the prime and sub-consultants will be reviewed. Use no more than one page per project; (d) In Section G, block 26, include the firm and 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 rol es even if example project experience in Block G-28 is not applicable. Also include Team Project Organization Chart in Part I, Section D indicating how each firm on the proposed team (prime and each subcontractor as identified in Part I, Section C) integra tes into the composite team; (e) In Section H, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this synopsis. When addressing team capabilities; clarify planned capabili ty, 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 herein. Under paragraph 3g, a bove, provide an itemized summary of DOD awards to include Agency, Contract Number/Task Order No., and Project Title and amount. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders (This informat ion will be used as a primary selection factor for specialized experience and secondary selection factor, volume of award. Generally, describe the firms overall Design Quality Management Plan (DQMP). (A project-specific detailed design quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission). Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed 20 pages for Block H. SF 330, PART II ADDITIONAL INSTRUCTIONS: (a) Responding firms must submit a copy of a current and accurate SF 330, Part II for the specific prime, other offices of the prime and subcontractor offices proposed to perform the work even if one is already on file. All Part IIs MUST be signed (signed within the past 12 months) and dated either by an original handwritten signature or a cut and pasted facsimile of an original signat ure. Indicate in Block 5b of each Part II if the firm is a Large Business, Small Business, HUBZone, Service Disabled Veteran-Owned Small Business, or Woman-Owned Small Business. To be classified as a small business, a firms average annual receipts or sale s for the preceding three fiscal years must not exceed $4.5 million; (b) In Block No. 4 Part II, provide the Data Universal Numbering system (DUNS) number issued by Dun and Bradstreet Information System (1/866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work (i.e., not the parent company DUNS number, but a DUNS number specifically for the office performing the work. Each branch office and/or joint venture must have their own DUNS number) ; and (c) 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. Linda M. Gr iffith (817) 886-1067, Technical - Mr. Tom Vogt, (817) 886-1378 or Ed Foo (817) 886-1375 E-mail your questions to US Army Engineer District, Fort Worth at: linda.m.griffith@swf02.usace.army.mil. This is not a request for proposal. THIS IS A CONTINUATION OF AN ANNOUNCEMENT FOR Solicitation No. W9126G-08-R-0130. 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
SN01472227-W 20071220/071218224926 (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.