Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2008 FBO #2371
SOLICITATION NOTICE

C -- Multidiscipline Design or ther Professional Services required to support Military Construction Projects within the Southwest Region (Primarily Ft Bliss, TX) The Southwest Region refers to AR, AZ, CA, LA, NM, NV, OK, TX.

Notice Date
5/22/2008
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Fort Worth, 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-0168
 
Response Due
6/23/2008
 
Point of Contact
DRipkowski, 817-886-1181
 
Small Business Set-Aside
N/A
 
Description
4. SUBMITTAL REQUIREMENT: Submittals shall be sent to: US Army Corps of Engineers, Attn: Deborah E. Ripkowski, Room 2A19, 819 Taylor Street, Fort Worth, Texas 76102-0300 (P.O. Box 17300). (a) Interested firms having the capabilities to perform this work 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 facsimile and electronic mail will not be accepted. (b) Responding firms must submit a copy of a current (signed, original signature, 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 with an original signature and dated. No electronic or typed signatures will be accepted. 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 (LG), Small Business (SB), Small Disadvantaged Business (SDB), Woman-Owned Small Business (WOSB), HUBZone SB (HUBZSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Veteran-Owned Small Business (VOSB). 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 sufficient 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 would be considered both a prime and a branch office. If the submittal is by a joint-venture, than 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, every one of its offices listed in Section C would be considered both subcontractor and a branch office. The AE 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) for the prime AE 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 branch 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 and procedures. (e) In Block C of the SF 330, Part I, identify the discipline or 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 submitted for each employee required to meet the minimums stated above in paragraph 3b. In Block G26, along with the name, 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 G26 along with their firm location and their roles even if example project experience in Block G28 is not applicable. Also, include a Team Project Organizational Chart for each firm proposed. (f) A maximum of 10, with a minimum of three (3), projects including the prime and consultants will be reviewed in Part I, Block F. Use no more than one project per page. (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 and Task Order No., Project Title, and Award Amount dollars. Include a total of all listed awards. Note that award of Indefinite Delivery Contracts 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 your planned capabilities, existing capabilities, 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 Standard English and must be written in a concise, yet clear and informative style. Submittals shall use a minimum 10 point Arial style font in preparing narrative elements and a minimum 10 point Arial style font in preparing tables. Submissions shall not include color elements although italics and or underlining are acceptable for emphasis. (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 x 11. (j) Personal visits to discuss this announcement will not be scheduled. (k) Solicitation packages are not provided for AE contracts and no additional project information will be given to firms during the announcement period. Facsimile transmissions will not be accepted. ALL TIMELY SUBMITTALS RECEIVED WILL BE CONSIDERED. Point of Contact: Contracting, Deborah E. Ripkowski, Contract Specialist (817) 886-1181, email: deborah.e.ripkowski@usace.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d3a2f97e8e3585b709e052fc77cf0ded&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
 
Record
SN01579568-W 20080524/080522221203-d3a2f97e8e3585b709e052fc77cf0ded (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.