Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2010 FBO #3016
MODIFICATION

C -- Hydropower Architect-Engineering Services

Notice Date
2/24/2010
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
USA Engineer District, Nashville, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070
 
ZIP Code
37202-1070
 
Solicitation Number
W912P5-10-R-0009
 
Response Due
3/1/2010
 
Archive Date
4/30/2010
 
Point of Contact
Ray Kendrick, Phone: 615-736-7932
 
E-Mail Address
ray.kendrick@usace.army.mil
(ray.kendrick@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for architect - engineer services prepared in accordance with the format in Subpart 5.2, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. 1. CONTRACT INFORMATION: The Nashville District, U.S. Army Corps of Engineers intends to award up to three Indefinite Delivery Contracts to perform engineering services. The main use of these contracts will be to provide design services for related hydropower plant rehabilitation, electrical and mechanical design, and the design for operation and maintenance (O&M) tasks. Architect/Engineering tasks may include, but are not limited to, the development of scopes for (services) studies, reports, design criteria, testing and documentation for existing Nashville District Hydropower Projects. A/E will be tasked with the design of operation and maintenance (O&M) type projects with emphasis on quick response. A/E work to be performed is classified as Level 3 type design work as defined in ER 1110-2-109, Hydroelectric Design Center. Work will be issued by negotiated firm-fixed-priced task orders. Responding firms must have demonstrated hydropower experience in the fields of engineering listed above. These contracts may also be utilized within the Lakes and River Division (LRD) at the Governments discretion. The NAICS code will be 541330, Engineering Services, SIC code 8711. The contract duration will be five years. Tasks will be directed by individually issued task orders. More than one task order may be issued concurrently. For each contract, the total cumulative amount will not exceed $3,000,000; with no one task order exceeding $250,000. The contracts are anticipated to be awarded in May 2010. This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. A firm will be selected for negotiations based on demonstrated competence for the required work. Offerors are cautioned to read this announcement in its entirety. This announcement is open to Small Businesses Only. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR) at time of submittal, errors can not be corrected. Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. 2. PROJECT INFORMATION: This contract will require mechanical and electrical designs for hydroelectric dam projects. All CADD services must be compatible with Microstation. Tasks may include, but are not limited to, the development of scopes for (services) studies, reports, MCACES cost estimates, design criteria, specifications, testing and documentation for existing Nashville District Hydropower Projects. 3. SELECTION CRITERIA: The selection criteria for this project are listed below in descending order of importance. Factors listed below will be rated based as follows: criteria A-E are primary, and criteria F-H are secondary and will only be used as tie breakers among the most highly qualified technically equal firms. A. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. Specialized experience and technical competence of the prime firm and any subcontractor in the type of work described in paragraph 2, above, titled Project Information. Evaluation factors will include knowledge and experience in the design of hydroelectric dam projects within the last five years. The effectiveness of the proposed management structure and the prior working relationship between a prime firm and any subcontractors will also be evaluated. A single point of contact for the prime must be clearly identified in the submittal. B. KEY PERSONNEL. Evaluation of professional qualifications will include the experience, education, training, and registration of the key project management and technical personnel to be assigned to the contract. C. CAPACITY. The ability to accomplish simultaneous action on several design tasks at one time will be evaluated. D. KNOWLEDGE OF LOCALITY. The knowledge of the general locality of the Nashville District and the specific conditions associated with the Cumberland River projects will be evaluated. E. PAST PERFORMANCE. Past performance on U.S. Army Corps of Engineers, Bureau of Reclamation, Tennessee Valley Authority, and other contracts with respect to job safety, quality of work, compliance with performance schedules and cost control will be reviewed. Indication of favorable performance ratings, awards, and repeat clientele in Section H of SF 330 is recommended. Past performance will be based on ACASS ratings and other data presented by the offeror or as determined by the Government. The evaluation of this factor will be based on the past performance information from the previous five years. F.VOLUME OF GOVERNMENT CONTRACT AWARDS. Volume of Government contract awards in the last 12 months will be evaluated. G. LOCATION. Location of the firm and the proposed team in the general geographic area of the Nashville District is important. 4. SUBMISSION REQUIREMENTS. Interested firms having the capacity to perform this work must submit two copies of their SF 330 by close of business on 01 March 2010 no later than 2 P.M. Central Standard time (CST) Documents submitted by Express Mail should be sent to: US Army Corps of Engineers, ATTN: Ray Kendrick, Room A-604, 110 9th Ave. South, Nashville, TN 37203. Any submissions received after the stated time will be considered late and will be processed in accordance with FAR 15.208 Submission, Modification, Revision, and Withdrawal of Proposals. Part I of the SF 330 should not exceed 50 pages, including 15 pages for Section H. Font size shall be 10 or larger. Resumes in Section E and example projects in Section F shall not exceed one page each. Indicate in Section C.1 1 if the prime has worked with the team members in the past five years. In Section G.26, include the firm each of the key personnel is associated with. Cover letters and extraneous materials (brochures, etc.) will not be considered. Representations and Certifications must be completed electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov within the past 12 months. No other general notification to firms under consideration for this work will be made, and no further action is required. Questions concerning submissions should be directed to Ray Kendrick at (615) 736-7932. PERSONAL VISITS for the purpose of discussing this announcement ARE DISCOURAGED. THIS is NOT a REQUEST for a PROPOSAL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-10-R-0009/listing.html)
 
Place of Performance
Address: USA Engineer District, Nashville P.O. Box 1070, 801 Broad Street Nashville TN
Zip Code: 37202-1070
 
Record
SN02073636-W 20100226/100224235005-fac4ab37226d67bd0866a4e3e76a334c (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.