Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2004 FBO #1081
MODIFICATION

C -- Indefinite Delivery Contracts for Architect and Engineering (A-E) Services for Surveying & Mapping Services to Support the Mobile District & the South Atlantic Division

Notice Date
11/9/2004
 
Notice Type
Modification
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
US Army Engineer District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-05-R-0001
 
Response Due
11/10/2004
 
Archive Date
1/9/2005
 
Small Business Set-Aside
Partial Small Business
 
Description
This solicitation, originally advertised and modified on 5 October 2004 and again on 2 November 2004, is again modified as follows: CONTRACT INFORMATION: Architect-Engineering (A-E) services are required for an Indefinite Delivery Contract for Surve ying & Mapping Services to support the Mobile District and the South Atlantic Division. The Mobile District Corps of Engineers intends to award multiple contracts for Survey and Mapping Services for support of the Military, Civil Works, and Support For Oth ers Programs within the boundaries or other locations as may be assigned to the Mobile District and South Atlantic Division as a result of this solicitation. Initially, one contract will be awarded on an unrestricted basis using a full and open competition and one contract will be a warded as a small business set-aside. One evaluation board will be assembled to evaluate all proposals received from the solicitation announcement. From the evaluation process no less than six (6) Most Highly Qualified firms wi ll be short listed, while insuring that at least three (3) small business firms are included. Final rankings of all the Most Highly Qualified firms will be established. The selection strategy is to first select the highest ranked small business firm to n egotiate a contract to fulfill the requirements of the small business set-aside. The second contract will be negotiated with the firm that is the highest ranked firm from the remainder of the Most Highly Qualified list. If a third contract is needed and the second contract is awarded to a firm that is not small business, then the firm selected will be the next highest ranked small business firm from the remaining firms on the Most Highly Qualified list. If the second contract is awarded to a small busine ss firm, then the third contract will be negotiated with the highest ranked firm remaining on the Most Highly Qualified list. If a fourth contract is needed the firm selected will be the next highest ranked firm from the remaining Most Highly Qualified li st. If additional awards are made, firms will be selected in the same manner to insure that at least one-half of all contracts are awarded to small business. The contract term for award to a large business will be for three (3) years and five (5) years fo r a small business. Work will be issued by negotiated firm-fixed-price task orders. The cumulative amount of all task orders will not exceed $3,000,000 if an award is made to a large business, and will not exceed $5,000,000 for award(s) to small business(e s). The Government intends to initially award all contracts for $1,000,000, with the reserved right to modify each contract amount to the full solicited amount stated herein during the term of the contract. If a large business is selected for this co ntrac t, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The subcontracting goals for this contract are as follows: a minimum of 50.9% of the contractor's intended sub cont ract amount be placed with small businesses (SB), 8.8% be placed with small disadvantaged businesses (SDB), 7.2% be placed with women-owned small businesses (WOSB), 2.9% be placed with HUB Zone small business, and 0.5% be placed with Service-Disabled V ete ran-Owned Small Business. A detailed subcontracting plan must be submitted during contract negotiation. If the selected firm intends to submit a plan with lesser goals, it must submit written rationale in the plan why the above goals cannot be met. Sele ct ion of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. The wages and benefits of service employees (see FAR 22.10) performing under these co ntracts must be at least equal to those determined by the Department of Labor under the Service Contract Act. The North American Industry Classification System (NAICS) code for this action is 541370 with a small business size standard of $4,000,000. All other requirements remain the same.
 
Place of Performance
Address: US Army Engineer District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
Country: US
 
Record
SN00706147-W 20041111/041109212123 (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.