Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2003 FBO #0439
SOLICITATION NOTICE

C -- Indefinite Delivery Indefinite Quantity Contract for Water Resources and Engineering Work including, Hydraulic, Hydrological and Coastal Work

Notice Date
2/12/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
USA Engineer District, San Francisco - Military Works, ATTN: CESPN-CT, 333 Market Street, San Francisco, CA 94105-2195
 
ZIP Code
94105-2195
 
Solicitation Number
DACW07-03-R-0003
 
Archive Date
5/5/2003
 
Point of Contact
Tim Boyd, 916-557-5226
 
E-Mail Address
Email your questions to USA Engineer District, San Francisco - Military Works
(tboyd@spk.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA Sol ? DACW07-02-R-0003 SUBJECT: C?INDEFINITE DELIVERY CONTRACT FOR HYDROLOGIC, HYDRAULIC AND COASTAL ENGINEERING POC SHIRLEY TURNBO, 415-977-8521 DESC: 1. CONTRACT INFORMATION: An Indefinite Delivery Architect/Engineers and Coastal Coastal Engineering as well as GIS services, procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, for various civil works projects within the geogra phic area of the San Francisco District Corps of Engineers District as well as the geographical region of the South Pacific Division and the Corps of Engineers in total. The San Francisco District includes the Geographical Regions, Coastal Waters and Rive r Systems North from San Francisco to the Oregon Border and South from San Francisco to San Luis Obispo. An indefinite delivery contract will be negotiated and awarded with a base period not to exceed one year and two option periods, with each option peri od not to exceed one year. The small business set-aside contract will be for a one-year period not to exceed $100,000,000 for the Basic year and two one-year options not-to-exceed $100,000,000 each. Minimum guaranteed amount for the base year is $2,500. THE OPTIONS MAY BE EXERCISED AT THE DISCRETION OF THE government and may be exercised early if the Total Estimated Price is exhausted or nearly exhausted. All Pricing Schedules (Base year, and all option years) will be effective for one full year, regard less of the early exercising of options. If the Total Estimated Price of the base year or any option is not awarded within that year?s 12 ?month performance period and the Government has elected to exercise a subsequent option the Total Estimated Price of the option period being exercise. Task Orders shall not exceed the annual contract amount. This announcement is restricted to small business firms This contract is anticipated to be awarded in April 2003. This announcement is set aside for small busin ess. All small business firms responding MUST state in their response their business size relative to the NAICS Code?s , 541330 size standard, . The small business size standard for SIC 8711 (Engineer Service (see FAR 22.10) performing under this contra ct must be at least equal to those determined by the Department of Labor under the Service Contract Act. PROJECT INFORMATION: Work includes 1) a) Hydrologic and hydraulic studies, conduct numerical and physical hydraulic modeling, riverine, estuarine, co astal hydraulic analyses, conduct sediment engineering and geomorphic analyses, perform flood plain analyses, develop hydraulic designs, and other related work. SELECTION CRITERIA: See Note 24 for general A-E selection process. The selection criteria ar e listed below in descending order of importance, first by major criterion and then by each sub-criterion. Criteria a-d are primary. Criteria e-g are secondary and will only be used as ?tie-breakers? among technically equal firms. As the major purpose o f the contract is to perform hydrologic and hydraulic analyses, criteria related to this type of work will be weighted substantially higher. . a. Specialized Experience and Technical Competence and Professional Qualification in the following order: (1) hy drologic and hydraulic engineering with (a) technical expertise in the use of complex computer programs such as CADD software. (b) Past performance on Corps of Engineers and other contracts with respect to cost control, quality of work and compliance with performance schedules. c Qualified professional personnel in the following key disciplines: Project Management, Architectural, Civil, Structural Electrical, Mechanical, Landscape, Environmental Engineering and Certified Industrial Hygienist (CIH). The evaluation will consider education, training, registration, overall relevant experience and longevity with the firm. .d Capacity to accomplish multiple simultaneous task orders at different locations. E. Small businesses: Ability of the firm to perfo r m in compliance with FAR 52,219-14 which states that the prime contractor must perform at least 50% of the cost of contract performance incurred for personnel using employees of the prime?s concern. 4. SUBMISSION REQUIREMENTS: See note 24 for general req uirements. Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit ONE (1) completed SF 255 (11/92 edition) US Government Architect-Engineer and Related Services Questionnaire for Specific project for themsel ves and ONE (1) completed SF 254 (11/92 edition) for themselves and one set to Ms. Shirley Turnbo at 333 Market St., San Francisco, California 94105, Room 905. Geographic Location. Location of the essential staff for this project (or a commitment to locate) in the general geographic area of the project. The A-E Selection Board will rate the firms using the same numerical scoring system as the A-E Pre-Selection Board. The contract will be awarded for a Base Year and Two Option Years. Cumulative total work for all work orders will not exceed $1,000.000.00 per year and each task order will not exceed the annual contract amount. Contract will include a schedule o f overhead and wage rates upon which cost of work orders will be based for for the one-year period as well as the option year. At the time a specific requirement becomes known, a scope of work will be provided to the Contractor and a final price for the p articular work may be negotiated in accordance with the contract terms. Firms desiring consideration must submit a SF 254, if not already on file, and a SF 255 by Close of Business (COB) on *_4 March 2003 to the attention of Ms Shirley Turnbo, USACE, Con tracting Division, 333 Market Street, San Francisco, California 94105-2197. Further information may be obtained by contacting Mr. Kenneth Thompson, (415) 977 8566. Firms desiring consideration shall submit appropriate data as describe in numbered note 24 . Also, see Note 26 (Commerce Business Daily) This is not a request for proposal. For a listing of all the Contractor Registration (CCR) database, see Contracting Divisions Inernet Home Page at http://www.usace.mil/cespk-ct, which is updated daily.
 
Place of Performance
Address: USA Engineer District, San Francisco - Military Works ATTN: CESPN-CT, 333 Market Street San Francisco CA
Zip Code: 94105-2195
Country: US
 
Record
SN00258226-W 20030214/030212213736 (fbodaily.com)
 
Source
FedBizOpps.gov 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.