Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2003 FBO #0574
SOLICITATION NOTICE

C -- Surveying Services in the Seattle District, mainly Washington, Oregon, Idaho and Montana

Notice Date
6/24/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Seattle - Civil, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
DACW67-03-R-0016
 
Response Due
7/24/2003
 
Archive Date
9/22/2003
 
Point of Contact
Angela Dexter, 206-764-6801
 
E-Mail Address
Email your questions to US Army Engineer District, Seattle - Civil
(Angela.A.Dexter@nws02.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA Any questions regarding this solicitation should be addressed to Sandy Thomson at Sandra.B.Thomson@usace.army.mil. The U.S. Army Corps of Engineers, Seattle District, has a requirement for Architectural and Engineering Services, procured in accordance wit h PL 92-582 (Brooks A-E Act) and FAR Part 36, are required for surveying services in the Seattle District, mainly Washington, Oregon, Idaho and Montana, and including any other work that may be assigned to the District. Services required include but are n ot limited to cadastral, boundary, topographic, hydrographic, control, construction and photogrammetric surveys for both civil and military projects. The surveys include the use of the global positioning system (GPS) for ground and airborne applications, when and where appropriate. Services are required for planning, design and construction of roads, utility systems, airfields, buildings, levees, channels, dams, and other related studies, structures and facilities. Proposed procurement will result in a o ne year, fixed-price indefinite delivery contract with option to extend for one additional year. Delivery orders shall not exceed $200,000.00 each to be issued as requirements arise. Total cumulative contract amount shall not exceed $600,000.00 over two years. The estimated award date of the contract will be September 2003. This project is 100 percent set-aside for small business. For the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken f or the last 3 fiscal years, does not exceed $4 million. Significant evaluation criteria in descending order of importance are: (1) Specialized experience and technical competence of the firm in types of work required, including knowledge of the locality of the work to be performed. (2) Professional qualifications of firm??????s staff and consultants to be assigned to this project, which are necessary for satisfactory performance of required services. Note: The firm must have on staff a Professional Land Surveyor(s) currently licensed in the states of Washington, Oregon, Idaho, and Montana. (3) Capacity of the firm to accomplish the work in the required time. Note: As a minimum, the firm must be able to provide, at any one time, three (3) crews of thre e people each, consisting of a party chief, instrumentman and rodman. (4) Capacity of the team to accomplish multiple simultaneous Delivery Orders in the required time. (5) Past performance on DoD, government and industry contracts with respect to cost c ontrol, quality of work, and compliance with performance schedules. NOTE: The following criteria is considered secondary criterion and will only be evaluated during final selection for the short listed firms. (6) Location of the firm in the general geogra phic area of the project. (7) Extent of participation of Small Business (SB), Small Disadvantaged Business (SBD), Historically Black Colleges and Universities and minority Institutions in the proposed contract team, measured as a percentage of estimated e ffort. (8) Volume of DoD contract awards to the prime A-E firm in the last 12 months. Construction support services may be included as an option. A-E will be required to use M-CACES for cost estimating on this contract. The software will be furnished b y the Corps of Engineers after contract award. Responding firms should indicate ability to access an electronic bulletin board and automated review management system (Dr.Checks) via modem. SUBMISSION REQUIREMENTS: Interested firms having the capabilitie s to perform this work must submit one copy of SF 255 (11/92 edition) and one copy of SF 254 (11/92 edition) for the prime firm and all consultants. Include the firm??????s ACASS number in SF 255, Block 3b. For ACASS information call 503-808-4591. To be eligible for contract award a firm must be registered in the DoD Central Contractor Registration (CCR) database. Register via the CCR Internet site at http ://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-888-227-2423. The North American Industry Classification System (NAICS) Code is 541370 with a size standard of $4 mil.
 
Place of Performance
Address: US Army Engineer District, Seattle - Civil ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
Country: US
 
Record
SN00355918-W 20030626/030624213736 (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.