Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2010 FBO #3184
SOURCES SOUGHT

C -- 80 ton (track), 92 ton (wheel) military load class bridge replacing Rehard Trail over Sand Creek

Notice Date
8/11/2010
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
USPFO for Ohio, 2811 West Dublin-Granville Road, Columbus, OH 43235-2788
 
ZIP Code
43235-2788
 
Solicitation Number
W91364-10-R-0047
 
Response Due
9/10/2010
 
Archive Date
11/9/2010
 
Point of Contact
Elaine Farabee, 614-336-7430
 
E-Mail Address
USPFO for Ohio
(elaine.farabee@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
1. CONTRACT INFORMATION: SF 330s are due by Close of Business on 10 September 2010. Contract award is anticipated on or before 01 Oct 2010. This is a TOTAL SMALL BUSINESS SET ASIDE. Effective 22 August 2008, the small business size standard for A-E services (NAICS code 541330) is $4.5 million. Subcontracting intentions are to be outlined in the SF 330. 2. PROJECT INFORMATION: The work under this contract shall consist of professional services for the design of an 80 ton (track), 92 ton (wheel) military load class bridge replacing Rehard Trail over Sand Creek. Work may be comprised of civil, structural, hydraulic, hydrologic, geotechnical, environmental, surveying, mapping, CADD, and architectural design. Work may include, but is not limited to studies, preparation of inspection reports, sketches, conceptual drawings, related drafting, cost estimates, specifications, contract drawings, and design analysis. Studies, designs, and drawings shall be in English and/or metric units as directed by the contracting officer. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A through E are primary; criteria F and G are secondary and will only be used as a tie-breaker, if necessary, in ranking the most highly qualified firms. (A) Specialized Experience: The specialized experience and technical competence of the firm and consultants in the work described above in pre-selection items a through e. List no more than a total of 15 projects that best illustrate current qualifications and relevant projects (including any subcontractor work; ONLY THE FIRST 15 LISTED PROJECTS WILL BE CONSIDERED. Pages in excess of the maximum of 15 will be discarded and not used or looked at in the evaluation). (B) Professional Qualifications: The firm must indicate professional registration and work experience of key personnel. The firm should emphasize professional registration, advanced degrees, and specific work experience of key personnel. The selected firm should also indicate adequate management personnel with required qualifications and experience to assure prompt response to assignments. (C) Past Performance: Consideration will be given to ratings on previous DoD contracts. Consideration will also be given to verifiable past performance. Consideration will also be given to firms that have above-average performance on the type of work described in the pre-selection criteria. (D) Capacity to perform multiple projects simultaneously and complete work in a timely manner. (E) Knowledge of the Locality; locality refers to the Camp Ravenna Joint Military Training Center. (F) Extent of participation of SB, SDB, historically black colleges and universities (HBCU), Women owned Small Businesses (WOSB), Service Disabled veterans (SDV), and minority institutions (MI) in the contract team. Participation will be measured as the greater the participation, the greater the consideration. (G) DoD contracts awarded in the past 12 months, the greater the awards the lesser the consideration. 4. SUBMISSION REQUIREMENTS: Interested firms must send one SF 330 package, including Part II of the SF 330 for each consultant, to: USPFO for Ohio, ATTN: Elaine Farabee, AGOH-PF-PC, 2811 West Dublin-Granville Rod, Columbus, Ohio 43235-2788. Additional copies will be discarded without being reviewed. Note the following restrictions on submittal of SF330; Resumes of key persons, specialist and individual consultants (section E) anticipated for this project will be limited to a maximum of 10 pages (one side). Additional information (Section H) will be limited to a maximum of 10 pages. Pages in excess of the maximum of 10 will be discarded and not used in evaluation. All questions should be directed to Elaine Farabee at elaine.farabee@us.army.mil. APPOINTMENTS WILL NOT BE SCHEDULED TO DISCUSS THIS ANNOUNCEMENT. This is not an RFP. A fee proposal will be requested at a later date. Include DUNS number in the SF 330 in Part II as stated. ****NOTE: Contractors must be registered in the Central Contractor Registration (CCR) database (for information see http://www.ccr.gov).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA33/W91364-10-R-0047/listing.html)
 
Place of Performance
Address: USPFO for Ohio 2811 West Dublin-Granville Road, Columbus OH
Zip Code: 43235-2788
 
Record
SN02237753-W 20100813/100812000514-5275303d5621d0fb0ab413187de893e9 (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.