Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2008 FBO #2427
SOLICITATION NOTICE

T -- Topographic surveys

Notice Date
7/17/2008
 
Notice Type
Modification/Amendment
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of Transportation, St. Lawrence Seaway Development Corporation (SLSDC), SLSDC Headquarters, P.O. Box 520, 180 Andrews Street, Massena, New York, 13662
 
ZIP Code
13662
 
Solicitation Number
DTSL55-08-Q-P0743
 
Response Due
8/8/2008 4:30:00 PM
 
Archive Date
8/23/2008
 
Point of Contact
Patricia L. White,, Phone: (315) 764-3236, Nancy C Scott,, Phone: (315) 764-3260
 
E-Mail Address
patricia.white@sls.dot.gov, nancy.scott@sls.dot.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This acquisition is for architect-engineer (A-E) services, and is procured in accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. The Saint Lawrence Seaway Development Corporation plans to issue a firm fixed price contract for performing topographic surveys of various facilities at their Massena, New York location. The sites are in the areas of Eisenhower and Snell Locks, the Marine Base/Maintenance Facility and the Administration Building. All of the sites are easily accessible with few trees and little brush. The project shall be completed by November 15, 2008. Architect-Engineer firms meeting the requirements described in this announcement are invited to submit a Standard Form 330, Parts I and II, Architect-Engineer Qualifications to Saint Lawrence Seaway Development Corporation, P.O. Box 520, 180 Andrews Street, Massena, New York 13662. Firms registering for consideration for future Federal A-E projects are encouraged to electronically submit SF 330, Part II, General Qualifications, to http://www.bpn.gov/orca/login.aspx, and to update at least annually. Firms with a SF 330, Part II on file in this central Federal database do not need to submit a Part II for this acquisition. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of the firm, specialized technical expertise or other requirements listed. Following an evaluation of the qualifications and performance data submitted, three or more firms considered to be the most highly qualified to provide the type of services required, will be chosen for negotiation. Selection of firms for negotiation shall be made in order of preference based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required, that include: 1) professional capabilities; 2) a minimum of three (3) years of demonstrated experience in topographic surveys utilizing conventional optical methods, aerial photogrammetry and/or satellite-based GPS methods; 3) capacity to accomplish the work in the required time- a minimum of one (1) land surveyor registered in the State of New York assigned to the project; 4) past performance on contracts with respect to cost control, quality of work, and compliance with performance schedules; 5) geographical location and knowledge of the locality of the project, provided that application of the criterion leaves an appropriate number of qualified firms, given the nature and size of the project-proximity to Massena, New York; 6) demonstrated experience in the use of Autodesk AutoCAD or compatible software. NAICS code- 541370, Size Standard- $4.5M. This is a total small business set-aside procurement. Prospective offerors must be registered in the Central Contractor Registration (CCR) database to be considered for award. Please register with the CCR at www.ccr.gov. Attention: The Department of Transportation (DOT) Short Term Lending Program (STLP) offers financial assistance to eligible disadvantaged, Hubzone, or service disabled veteran owned businesses. Maximum line of credit is $750,000.00 with interest at the prime rate, as published in the Wall Street Journal, plus 2 points. For further information, call (800)532-1169 or visit the web at http://osdbuweb.dot.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=22255f958a462eecb62f4c2fdbe73f37&tab=core&_cview=1)
 
Place of Performance
Address: Various Corporation facilities and roadways, Massena, New York, 13662, United States
Zip Code: 13662
 
Record
SN01617135-W 20080719/080717222412-22255f958a462eecb62f4c2fdbe73f37 (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.