Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2008 FBO #2298
SOURCES SOUGHT

C -- Conduct Airfield Obstruction Surveys for Army Airfiels and Heliports (CONUS/OCONUS).

Notice Date
3/10/2008
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
W9128F08SM006
 
Response Due
3/24/2008
 
Archive Date
5/23/2008
 
Point of Contact
Julia Siderewicz , 402-221-3896
 
E-Mail Address
Email your questions to US Army Corps of Engineer - Omaha District
(julie.k.siderewicz@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Omaha District, U. S. Army Corps of Engineers on behalf of its Protective Design Center, U.S. Army Corps of Engineers is seeking information about potential sources interested and capable of providing North American Industry Classification System (NAICS) code 541330  Architect and Engineering Services with a small business size standard of $4.5M. This is not a solicitation; there is no Request for Proposal (RFP) or Solicitation to download or request. The purpose of this synopsis is to i dentify Engineering Service Providers with the requisite qualifications to Conduct Airfield Obstruction Surveys for Army Airfields and Heliports. It is important to note that in accordance with Federal Acquisition Regulation 52.219-14. Limitations on Sub contracting; the prime contractor is required to perform at least 50% of the labor with their own employees. Based on qualification, capability and capacity statement received in response to this Sources Sought Announcement this acquisition may b e solicited as a small business set aside. All Small Business Community members (Small Business (SB) Small Disadvantaged Business (SDB) to include Section 8(a) Participants, Woman Owned Small Business (WOSB), Historically Utilized Business Zone (Hubzone ), and Service Disabled Veteran Owned Small Business (SDVOSM) and Veteran Owned Small Business (VOSB) are encouraged to respond to this notice. Indefinite Delivery/Indefinite Quantity (IDIQ) contract (s) may be awarded in the future for up to $5 ,000,000.00 and for duration not to exceed 5 years. Contract award is anticipated in July 2008. Types of services required will include concept design, final design, construction phase services, site investigations, studies and reports, and criteria deve lopment. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. No reimbursement will be made for any costs associated with providing information in response to this Announcement or any follow-up informatio n requests. The purpose of this announcement is to gain knowledge of interest, capabilities, and qualifications of interested contractors. Responders are must be able to past security checks, have insurance, and meet other regulations requiring access to m ilitary installations requirements. Contractors must be established and registered in Central Contract Registration. The Government is seeking qualified, experienced sources capable of performing the requirements stated herein. The project includes the de sign/evaluation of military and civil works airfields and roadways at locations throughout CONUS (Continental United States including Alaska & Hawaii) and OCONUS (Outside CONUS). Interested A-E Service Provider(s) will be required to demonstrate (a) Recent, specialized experience and technical competence of the firm (including consultants) in: (1) Conducting Airfield Obstruction Surveys of Army Airfields and Heliports per Federal Aviation Administration (FAA) No. 405, Standards for Aeronautical Su rveys and Army Regulation 95-2, (2) Knowledge of Army airfield and air space criteria and FAA standards, (3) Knowledge of Army of electronic Navigation Aids and airfield lighting criteria, (4) Knowledge of Army airfield marking criteria. The Gove rnment is requesting that interested A-E Service Providers furnish the following information: (1) Company name, address, point of contact, telephone number, and e-mail address. (2) State size status (Other than Small (OTS) Small Business (SB ), Small Disadvantaged Business (SDB) to include Section 8(a), Historically Underutilized Business Zones (Hubzone), Veteran Owned Small Business Concerns (VOSB), Service Disabled Veteran Owned (SDVOSB), Historical Black Colleges and Minority Institutions ( HBCU/MI), Indian organizations and Indian-Owned economic enterprises) for the aforementioned NAICS code 541330 assigned a size standard of $4.5 million, (3 ) Identify servicing Small Business Administration District Office, if applicable. (4) Provide no more than three (3) references, for no more than three (3) of the most recent and relevant contracts, performed within the last three (3) years for each of the requirements. Include name, address, telephone number, and e-mail address of references. Also, provide a brief description of the work performed, role of the A-E to include whether the work was self-performed or subcontracted out, contract number, total contract value, and period of performance. Contracts must be same or similar to the work described in this announcement. Existing and potential Joint-Ventures, Mentor-Prot?g? Agreements and formal teaming arrangements are acceptable and encouraged. Email responses to this request for information is preferred, and should be sent to: julie.k.siderewicz @usace.army.mil. All questions must be submitted via e-mail or fax. Mailed responses should be sent to: US Army Corps of Engineers, ATTN: CENWO-CT -M/Julie Siderewicz, 106 South 15th, Omaha, Nebraska 68102-1618. Faxed responses should be sent to 402-221-4199 or 4530. The due date and time for responses to this announcement is 2:00 p.m. March 24, 2008. The point of contact is Julie Siderewicz 402-2 21-3896. Responses should be limited to no more than 10 pages. Do not submit product literature or brochures.
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN01528454-W 20080312/080310224659 (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.