Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2009 FBO #2643
SOLICITATION NOTICE

C -- Qualiifications Requested for A-E IDIQ Base + 4 Option Years Multiple Award

Notice Date
2/18/2009
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
International Boundary and Water Commission, Information Management Division, Acquisition Division, 4171 North Mesa, Suite C-100, El Paso, Texas, 79902
 
ZIP Code
79902
 
Solicitation Number
IBM09R0002
 
Response Due
2/27/2009 3:00:00 PM
 
Point of Contact
Colleen J. Elliott,, Phone: (915) 832-4714
 
E-Mail Address
colleenelliott@ibwc.gov
 
Small Business Set-Aside
N/A
 
Description
The U.S. Section, International Boundary and Water Commission, United States and Mexico, (USIBWC), intends to award an Architect Engineer (A-E) Indefinite Delivery/Indefinite Quantity (IDIQ) contract for A-E services for projects located The U.S. Section, International Boundary and Water Commission, United States and Mexico, (USIBWC), intends to award an Architect Engineer (A-E) Indefinite Delivery/Indefinite Quantity (IDIQ) contract for A-E services for projects located along the U.S./Mexico border in the United States (States of Texas, New Mexico, Arizona and California) and the Republic of Mexico (States of Tamaulipas, Nuevo Leon, Coahuila, Chihuahua, Sonora and Baja California). The selected firm must be able to team with firm(s) in Mexico to assist in the projects. At least three (3) A-E firms will be selected from this announcement. A Firm-Fixed Price (IDIQ) contract is contemplated for a basic year with four (4) option years. The expected minimum and maximum task order amounts are $25,000 and $3,000,000 respectively. The expected maximum total contract amount is $15,000,000. The A-E contractor must possess sufficient qualifications and experience to provide the full range of A-E services necessary for the projects under the subject contract, as determined necessary by the USIBWC. I. Statement of Work : The contractor shall furnish all labor, material, supplies, equipment, superintendence, and transportation necessary to complete task orders for Architect-Engineer services for projects located along the U.S./Mexico border in the United States (States of Texas, New Mexico, Arizona, and California) and the Republic of Mexico (States of Tamaulipas, Nuevo Leon, Coahuila, Chihuahua, Sonora, and Baja California). The Contractor shall be required to perform all or part of the following services, which will be more specifically identified in individual task orders. I.A. Inventory of facilities, data acquisition, measurement and recording; development of engineering, planning and feasibility/cost benefit studies; investigations; evaluations; operations and maintenance studies; energy studies; risk analysis and vulnerability assessments; space utilization studies; safety plans; security assessments and planning, standard operating procedures; network analysis schedules; conceptual, preliminary, and final designs, and cost estimates. I.B. Design services for rehabilitation, renovation, repair, and new construction for civil works associated with surface and subsurface water deliveries and accounting, flood control and hydropower, such as channels, levees, canals, dikes, dams, reservoir embankments, hydro-electric power plants as well as site work, buildings, roads and paving, erosion control, bridges and security and communication systems. The design of each project shall include consideration of all necessary supporting features to provide a complete and a usable facility. These features in general include, but are not limited to access and service drives, buildings, including storage, administration/laboratory and maintenance, off-site roadway improvements, street extensions, utility line extensions, vehicle parking areas, grading, and drainage systems, including off-site discharge of storm water drainage. I.C. Design services for rehabilitation, renovation, repair, maintenance, and new construction for civil environmental works, including wastewater (both advanced primary and secondary treatment) plants, wastewater collection, conveyance facilities, water treatment plants and potable water distribution systems. Design services shall include assessments, master planning, pre-design, conceptual, final designs, and preparation of the estimate of probable construction costs. I.D. Design services and technical support for and related to site remediation; corrective and removal action designs; design of hazardous waste containment systems; Underground Storage Tank (UST) upgrades and remediation. I.E. Permitting support, including performance of additional engineering analyses, studies, computations, and preparation of applications and drawings necessary to obtain all required permits for construction and operation of proposed or constructed facilities. I.F. Geotechnical services including concrete core sampling and testing; soil drilling, logging, sampling and testing; monitoring well drilling and logging; lithologic and geophysical logging; surface geophysical surveys (electromagnetic, seismic and magnetic); cone penetrometer testing; subsurface soil and groundwater investigations for determination of structural design criteria; seepage analysis, slope stability analysis, and design of de-watering and protective shoring systems. I.G. Surveying, aerial photography, photogrammetry and geographic information system (GIS) database development, including both conventional and Global Positioning System (GPS), land and bathymetric surveys; easement and related field data collection; metes and bounds identification for possible property acquisition; topographic mapping (preparation of base maps from aerial photography) including Light Detecting and Ranging (LIDAR) surveys; preparation of rectified orthophotoquads; scanning, vectorization, and geo-referencing of historical maps and documents. I.H. Engineering, hydraulic and hydrologic studies, including groundwater and surface water studies; flood routing studies; backwater studies; reservoir routing studies; sediment transport modeling; dam break analysis; sedimentation and scour analysis; aquifer studies, groundwater modeling, development of inundation maps, and reservoir capacity studies. I.I. Design and bidding services – Preparation of construction plans, specifications, and cost estimates for all phases of design from conceptual to final in the areas of architectural, civil, structural, mechanical, electrical, safety, security, communication and instrumentation. Review and evaluation of third-party studies, reports, investigations, proposals, conceptual designs, and plans and specifications in both the English and Spanish language and Imperial and SI units. Design and bidding services may include preparation of contract solicitation documents and bid evaluation of: conventional design-bid build, design-build, design-build (construction manager at risk), design-build operation, and design-build-operate-transfer procurement actions; as well as responding to questions during bidding of projects, attending meetings, issuing addendums, preparing schedules, and maintaining files and documents and other construction related bidding procedures. I.J. Construction assistance services, including review of shop drawings and other construction contractor submittals; review of requests for changes and/or deviations; change order preparation and review of contractor proposals; responding to questions during construction (including request for information/requests for clarification); submittal and schedule monitoring; construction cost estimating; provision for training; preparation of the draft and final operations and maintenance manuals; preparation of staffing studies and plan of operations; performing value engineering review; utility negotiations support; review and verification of record drawings (as built); performance of inspection services; construction claim and expert witness support; and coordination support with federal, state, and local agencies, construction contractors, the public, and any other parties involved in construction process. I.K. Start-up services, including preparation of staffing plans, development and implementation of training programs, quality control and safety programs; monitoring of facility start-up and operation for a specified period of time after completion of construction, including assistance for resolution of warranty items; revising the operation and maintenance manual, and certifying facility performance. II. GENERAL REQUIREMENTS II.A. Deliverables – Quantities and schedules for deliverables will be set forth in each task order. All deliverables shall be provided in either English or Spanish, or both, and in SI or Imperial units, or both. All deliverables shall be provided in electronic format (Autocad, with no cross references and no layers) and in PDF format and hard copy, reduction shall be such that all printing is legible and reproducible. Electronic format and the required number of copies will be specified in each individual task order. All deliverables for design services shall be provided in the following phases of development: 30% Preliminary, 90% Draft, 100% Pre-Final, and 100% Final. II.A.1. Reports: All reports shall be 8.5 inch x 11 inch, typed on white bond paper, with binders. All photographs shall be clear, color copies. All drawings in reports shall be 8.5 inch x 11 inch or 11 inch x 17 inch, computer generated, clear and legible. Reduction shall be such that all printing is legible and reproducible. Data or report tables shall be provided in spreadsheet format (Excel 2003 or other mutually agreed upon format). II.A.2. Plans: All final plans shall be computer generated (AutoCAD 2009 or other mutually agreed upon format), submitted as standard black and white paper, and 24 inch x 36 inch size (trim to trim, including the title block). All preliminary and draft drawings shall be submitted as standard black and white copies. The drawing will have the USIBWC title block and with lettering in Romand script. Applicable graphic symbols shall conform to the Architectural Graphic Standards. All plan drawings shall be geospatially referenced as described in the individual Task Orders. II.A.3. Specifications: II.A.3.(a) Specifications shall be prepared per CSI MasterFormat 2004 edition. Materials shall describe where possible, by recognized industry or technical society standards. Specifications shall be provided typed on 8.5 inch x 11-inch bond paper, and provided with an index of sections. Specifications shall be provided in MS Word 2003 or other mutually agreed upon format. II.A.3.(b) The Contractor shall include specifications that permit full and open competition and may include restrictive provisions or conditions using brand name or equal descriptions only to the extent necessary to satisfy the needs of the Government when authorized by the Government. Specifications shall not be written to specify a particular brand name, product, or feature of a product, peculiar to one manufacturer unless the particular brand name, product, or feature is essential to the Government’s requirements, and other companies’ similar products would not meet the Governments’ minimum requirements for the item. The Contractor shall provide in the case of brand name or equal specification at least five salient characteristics of the product. Contractor shall identify standard specifications by date of issuance. II.A.4. Aerial Photography: All general site maps prepared from aerial photography for planning and/or inventory purposed shall be at a scale of 1:2500 or other mutually agreed upon scale, and shall have contour intervals of 0.5 meter or in Imperial units of 2 feet, or as specified by task order. All maps shall be provided on electronic media and hard copy if required. Horizontal vertical scales shall be based upon current geodetic datum for the project area. All aerial maps shall also be provided in digital format and georeferenced when required by task order. II.A.5. Cost Estimates: Cost estimates shall reflect current prices for labor, materials, and equipment at the proposed location of the work. The estimates shall be itemized by the major items of construction. Lump sum amounts for major items, which cannot be readily analyzed, will not be accepted. All cost estimates shall be provided in U.S. dollars and projected to mid-point of construction using current Engineering News Record Construction Cost Indexes, Consumer Price Index or other indices appropriate for the location in which the project is to be constructed. Contractor shall provide all sources used for preparing cost estimates such as RSMeans. Cost estimates utilizing Mexican economy may be required. Construction cost estimates will be utilized in preparing Government estimates for evaluating bids and as such will become confidential material for official use only. Such material shall not be divulged to anyone other than the Contracting Officer (CO) or his/her representative. II.A.6. Geographic Information Systems (GIS): Infrastructure data, hydrological, hydraulic, environmental, geotechnical, terrain and topography, survey data, and other pertinent data shall be entered into the GIS database in ESRI (v9.2) ArcGIS format or other mutually agreed upon format when required by task order. II.A.7. Photographs: II.A.7.(a) Unless otherwise stated, the Contractor shall provide all photographs requested under task orders to the Government in digital camera format. Photographs shall be clear, in color and of at least 8 megapixel resolution. The Contractor shall submit an electronic copy of all photographs in an electronic format and a hard copy in report format (Section C.2.A.1). The CD will contain a text file to identify each photograph as described below in paragraph b. II.A.7.(b) Each photograph shall be identified by a photo number, project name, date, and time of photograph, location of photographer, orientation and description of photograph. The above captioned information shall be labeled below each photograph in the report. II.B. Standards – All designs, drawings, and specifications shall be prepared in accordance with applicable codes and regulations applicable to the country and state in which the project will be developed and shall conform to sound engineering practices. All criteria, factors, assumptions and codes upon which the design is based are to be provided as well as the justification for the selection of these criteria. II.C. Project Manager – The Contractor shall appoint a project coordinator or manager and alternate to serve as a single point of contact and liaison between the Contractor and the CO and/or their representative for the services required under the contract. The project manager shall be responsible for the coordination of the services provided under the contract and shall respond to questions regarding clarification of project deliverables during controls and review procedures to minimize conflicting errors and omissions and provide for the technical adequacy of design information. II.D. Meetings – Progress and review meetings shall be held at a mutually agreed upon location for discussion of questions and problems relating to the work under the contract. Attendees shall be key players for the task order in question, if the assigned expert is not available then an expert with equal qualifications may be substituted. II.E. Monthly Updates – The Contractor shall submit a monthly update report for each individual task order to include updated schedule on or before the 3 rd of each month. The update will be submitted to the CO and respective COR and shall address the following per project/task order: Major Accomplishments, Significant Problems and Proposed Solutions, Issues with Contractual Requirements, Issues with Meeting the Task Order Deliverable Dates/Delays, and Contractor’s Proposed Action to Remediate the Delays, if applicable. The report may be submitted by email. II.F. Coordination – When directed by the CO, the Contractor shall be required to coordinate with other consultants involved with specific design aspects of projects being developed under separate contracts. II.G. Value Engineering (VE) – The Contractor shall cooperate with an “outside” (i.e., a third party) VE consultant when directed by the CO. This may require the Contractor to respond to VE recommendations and incorporated recommendations of the VE consultants into the design. If the Contractor is required to incorporate VE changes to the design documents, this work may be included by a modification to the task order if so determined by the CO. II.H. Permits – Should it become necessary to secure the right of ingress and egress to perform any of the work on properties not owned or controlled by the Government, all necessary permits, licenses and approvals from all local, state/federal authorities shall be obtained as necessary for the performance of the services. The Contractor shall secure the consent of the owner prior to entry on such property. In the event the owner requires the payment of a fee for a license to enter upon and/or use of such property, the Contractor, when so directed by the CO, shall pay such fee and obtain a receipt. The Contractor, upon submission of such receipt, shall be reimbursed for the full amount thereof in accordance with the terms and conditions of this contract. II.I. Re-submittal – In the event that documents submitted for review, as describe above, are deficient or incomplete as specifically defined in the task order for a particular stage of completion, the Contractor shall correct the deficiencies and resubmit the documents. No partial re-submittals will be permitted. The Contractor shall assume all costs due to the re-submittal of documents. II.J. Work Plan – When required by a specific task order, the Contractor shall submit a Work Plan (WP). The WP shall describe the detailed approach for the performance of the task order, based upon the Government’s Scope of Work. At minimum, the WP shall contain the following elements: II.J.1. Introduction – A general explanation documenting the task and goals. II.J.2. Work Plan Approach – Explanation of how the activities will satisfy the requirements. II.J.3. Key Personnel – Identification of key personnel to be used on the project and their responsibilities. II.J.4. Quality Control – A description of the quality control organization, including a chart showing lines of authority and acknowledgement that the quality control plan shall be implemented for all aspect of the work specified in the task order. II.J.5. Schedule – An overall schedule for the execution of the work required by the task order shall be included in the WP. The schedule shall identify major project phases (environmental, planning, design, and construction and shall be prepared using the Critical Path Method (Microsoft Project 2003, or other mutually agreed upon format). END OF SCOPE OF WORK. III. EVALUATION FACTOR INSTRUCTIONS: Evaluation will be based on the Merit Factors in descending order of importance. Merit Factor 1 is of highest importance, followed by Merit Factor 2, and so forth. Each Merit Factor is then divided into Categories that are also listed in descending order of importance. Hence, Category 1 under each Merit Factor is of highest importance, as is Item (a) under each Category. Unless noted otherwise, the qualifications statement responses shall be submitted as follows: III.1. All responses shall be in 12 point, Times New Roman Font. III.2. For Merit Factor 1, each offeror shall submit a maximum of one page response per Item under each Category. For Example, Category 1 (Studies, analysis, and design of hydraulic structures) – A maximum of one page for each Item (Levees, River Channels, Dams, etc…) shall be submitted. Each Item cannot exceed the one page and will not be read and evaluated past the one page requirement. III.3. For Merit Factors 2 through 5, each offeror shall submit a maximum of one page response per Category under each Merit Factor, unless otherwise noted. Each Category response shall not exceed the one page requirement and will not be read and evaluated past the one page requirement. III.4. In each response page, the Merit Factor, Category, and Item shall be included followed by the response. III.5. The responses to the Evaluation Factors shall be submitted in one three ring binder and shall be in the same sequential order as stated in the synopsis. All Merit Factors shall be separated with a tab and all pages within the Merit factor shall be numbered in the following manner: x of x.. III.6. Margins shall have the following minimum dimensions: Left 1 inch, Right 0.75 inch, Top 0.4 inch, and Bottom 0.5 inch Responses that are not in the format specified shall be set aside and shall not be evaluated. There will be no exceptions. See the end of the evaluation factor section for a format of sample responses. The Scoring for each Merit Factor is as follows: Merit Factor 1 = 53 points; Merit Factor 2 = 28 points; Merit Factor 3 = 10 points; Merit Factor 4 = 6 points; and Merit Factor 5 = 3 points IV. EVALUATION FACTORS MERIT FACTOR 1 – Specialized experience and technical competence for satisfactory performance of Architect-Engineering Services. Demonstrate experience in each of the following (53 points): 1. Studies, Analysis, and Design of hydraulic structures (13 Points): a. Levees (4 Points); b. Dams (3 Points); c. Floodwalls ( 3 points); d. River Channel (1 point); e. Canals (1 point); and f. Culverts (1point) 2. Analysis of Hydraulic and Hydrologic Systems (9 Points): a. Ground and Surface water studies (3 Points); b. Dam Break (3 Points); c. Reservoir Capacity (1 point); d. Flood Routing (1 point); and e. Sediment Transport Studies and Modeling (1 point) 3. Studies, Analysis, and Design of Wastewater Treatment Plants (5 points): a. Upgrade to existing wastewater treatment plants required for permit compliance and/or capacity increases (3 points); b. Advanced primary Treatment (1 point); and c. Secondary Treatment (1 point) 4. Studies, Analysis of Geotechnical Support Requirements (5 points): a. Seepage Analysis (3 points); b. Slope Stability (1 point); and c. Design of de-watering systems (1 point) 5. Studies, Analysis and Design of Civil Works (5 points): a. Buildings - Administrative, Storage, and Maintenance Buildings. Discuss components and requirements involved (Mechanical, Electrical, Structural, Communications, Security, Safety Systems and American Disability Act (ADA)). (2 points); b. Ancillary Civil Structures’, i.e. Water towers, sewage lift stations parking structures, washracks, exterior lighting, retaining walls, fencing, and utilities infrastructure. (2 points); and c. Energy Conservation, pollution prevention, waste reduction and use of recovered materials in design of any civil works projects. (1 point) 6. Studies, Analysis and Design of Hydroelectric Plant Systems, specifically for rehabilitation and upgrades of existing plants (4 points): a. Instrumentation and Controls (2 points); b. Automation (1 point); and c. Structural (1 point) 7. Studies, Analysis and Design of Site Remediation (4 points): a. Underground Storage Tanks (1 point); b. Contaminated soil and ground water remediation (1 point); c. Lead and Asbestos remediation (1 point); and d. Mold remediation (small buildings) (1 point) 8. Geographic Information System (GIS) (4 points): Integrate hardware, software, and data for capturing, managing, analyzing, and displaying all forms of geographically referenced information. (4 points) 9. Preparation of Base Maps using and preparing the following (4 points): a. Aerial Photography/Traditional Land Surveying (1 point); b. Scanning vectorization and geo-referencing of historical maps (1 point); c. Inundation Maps (1 point); and d. Light Detecting and Ranging (Lidar) surveys (1 point) MERIT FACTOR 2 – Past performance on contracts with Federal, State, and/or local government agencies and private industry in terms of quality of work, cost control, compliance with schedules, and managerial ability. (28 points) 1. Provide a list projects performed during the last five (5) years similar in nature to the work described for each Category under Merit Factor 1. For Categories 1 through 5, a maximum of five (5) projects per Category shall be listed. For Categories 6 through 9, a maximum of two (2) projects per Category shall be listed. Each Project shall contain the following information (Note the one page maximum requirement does not apply to this Category, however additional information submitted other than what is requested will not be read and evaluated) (15 points): a. Name of Contracting Agency/Owner; b. Contract Number if available; c. Contract Type; d. Total Contract Value; e. Agency/Owner Contact Name and Telephone Number; and f. Brief description of the work and how this work relates to the work outlined under this solicitation. This list, in conjunction with, but not limited to the US Army Corps of Engineers performance database, will be used for evaluation. The description shall not exceed ten (10) lines. 2. Provide examples of past performance in quality of work, cost controls, compliance with performance schedules, and managerial abilities, demonstrating timely completion of 2 past projects. Provide specific examples using the projects listed under category 1 above. (10 points) 3. Describe regional or national quality awards received during the past 5 years that indicate the technical and engineering performance of the firm. (3 points) MERIT FACTOR 3 – Professional qualifications necessary for satisfactory performance of Architect-Engineering Services. (10 points) 1. Provide information discussing qualified professional who are certified and highly trained to include the following key disciplines: Project Manager, Civil Engineer, Geotechnical Engineer, Hydrologic Engineer, Hydraulic Engineer, Structural Engineer, Mechanical Engineer, Electrical Engineer, Geophysicist, Cost Engineer, Hydrogeologist, Geologist, Surveyor, GIS Specialists, CADD Designer and CADD Operator, which shows consistency with this solicitation. The description shall include the number of personnel in each discipline. (Note that the one page maximum requirement does not apply to this Category, however additional information submitted other than what is requested will not be read and evaluated: The offerer shall not exceed two pages in length.) (8 points) 2. Identify state registration and licensing for architects and engineers in CA, AZ, NM, and TX. (1 point) 3. Provide information on contractor’s corporate structure, including regional and field office structure. (1 point) MERIT FACTOR 4 – The firm’s capacity to accomplish the contract performance in the required time frame. (6 points) 1. Provide information on the firm’s capacity to accomplish work within a require period of time. In addition, from the projects listed in Merit Factor 2(1) expound on one project detailing information on which there were significant delays and obstacles to complete the project yet the deliverable was submitted on time. (5 points) 2. Provide information on availability of equipment, facilities, and other resources needed to perform all required data analysis, design work, and preparation of drawings, specifications, studies, and assessments including, but not limited to, office and field equipment, computer hardware and software, specialized tools and equipment, and vehicles. (1 points) MERIT FACTOR 5 – Firm’s location in the general geographical area of the project (CA, AZ, NM, TX, and Mexico) and knowledge and experience in dealing with regional issues to include economic, environmental, binational, and political along the US/Mexico border. (3 points) END OF EVALUATION FACTORS V. SAMPLE RESPONSE PAGE MERIT FACTOR 1 – Specialized experience and technical competence for satisfactory performance of Architect-Engineering Services. Demonstrate experience in each of the following: 1. Studies, Analysis, and Design of hydraulic structures a. Levees (Response shall be in this area and shall not exceed the one page requirement.) END OF SAMPLE RESPONSE PAGE HEADING VI. This procurement is open to all businesses, regardless of size (UNRESTRICTED). 52.252-2 Clauses Incorporated By Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far/index.html. (End of clause) If a large business is selected for the contract it must comply with clause FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The contract will require the Government to order services priced at not less than $1,000 for the base contract year. All A-E firms who meet the requirements described in this announcement are invited to submit Standard Forms (SF) 330, Architect-Engineer Qualifications (June 2004 Edition) to the office shown above. SF 330s, Part II,must also be submitted for all proposed subcontractors. Five (5) complete sets of the SF 330s shall be submitted. The SF 330 must clearly indicate the office where the work will be performed and the qualifications of the individuals and subcontractors proposed to work on the contract and their geographical location. The SF 330 should also address the firm’s capability to perform all services, including any qualifiying subocntractors. VII. The SF 330 must be received in this office no later than 3:00 p.m., Mountain Standard Time on February 27, 2009. 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.arnet.gov/far/index.html. (End of provision) Any submittals received after this date will be handled in accordance with FAR provision 52.215-1, Instructions to Offerors-Competitive Acquisition. Telephone calls and personal visits are discouraged. Administrative and procedural questions shall be directed to Colleen Elliott at (915) 832-4714. This is not a request for a price proposal. VIII. The North American Industry Classification System (NAICS) code is 541310 for Architectural Services and 541330 for Engineering Services. The small business size standard is $4,500,000 in gross receipts averaged for the past three years. The Federal Product Service Code (FPSC) is C211 for Architect-Engineering Services (including landscaping, interior layout, and designing) and C219 for Other Architect and Engineering Services. All responsible sources may submit an offer, which will be considered.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=25162aacb25a56ab2ff69f754b4400ea&tab=core&_cview=1)
 
Place of Performance
Address: The U.S. Section, International Boundary and Water Commission, United States and Mexico, (USIBWC), intends to award an Architect Engineer (A-E) Indefinite Delivery/Indefinite Quantity (IDIQ) contract for A-E services for projects located along the U.S./Mexico border in the United States (States of Texas, New Mexico, Arizona and California) and the Republic of Mexico (States of Tamaulipas, Nuevo Leon, Coahuila, Chihuahua, Sonora and Baja California)., El Paso, Texas, 79902, United States
Zip Code: 79902
 
Record
SN01752181-W 20090220/090218215525-25162aacb25a56ab2ff69f754b4400ea (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.