Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 06, 2006 FBO #1502
SOLICITATION NOTICE

C -- Miscellaneous Planning Services for Civil/Military Projects in the Northwestern Division of the Corps of Engineers

Notice Date
1/4/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-06-R-0013
 
Response Due
1/24/2006
 
Archive Date
3/25/2006
 
Small Business Set-Aside
N/A
 
Description
Point of Contact: Bonnie Lackey, (206)764-4481 bonilie.l.lackey@usace.army.mil PROJECT INFORMATION: The work to be performed under this contract consists of miscellaneous water resource civil work planning, analysis, design, engineering during construction, and real estate studies in areas serviced by the Seattle District. Work sha ll be performed in accordance with Corps of Engineers policies and procedures of the Seattle District, Corps of Engineers, including but not limited to: project management, reconnaissance reports, hydraulic and hydrologic engineering, geomorphology engine ering, site investigation and mapping, survey, plan formulation, feasibility reports, environmental studies and impacts, endangered species assessments/evaluations, technical review of reports, design analyses, and plans and specifications, value engineeri ng of proposed projects, economic and financial analyses, overall design analysis of alternatives, developing plans and specifications, public involvement, comprehensive real estate assessment, real estate appraisal, cost estimating using MCASES, and engin eering during construction. EVALUATION CRITERIA FOR A-E SELECTION: The selection criteria for this project are listed below in descending order of importance. Criterion a-f are primary. Criterion g-h are secondary and will only be used as tie-breakers  among firms that are essentially technically equal. a. Specialized experience of firm in types of work required; b. Professional qualifications and/or experience of firms staff to be assigned to this project, which are necessary for satisfactory per formance of required services; c. Past Performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from ACASS and other sources; d. Capacity to accomplish the work in th e required time; e. Knowledge of the Locality; f. Extent of participation of small businesses (including women-owned, HUBZone, veteran owned and service disabled veteran owned), small disadvantaged businesses, historically black colleges and universiti es, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort; g. Location of the firm in the general geographical area of Washington, Idaho, Montana and Oregon and; h. Volume of DoD A-E contract aw ards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. A-E with be required to use M-CACES for cost estimating on this contract. The software will be furnishe d by 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.. CONTRACT INFORMATION: The Government intends to award up to t wo contracts for this requirement; each contract will include a Base Year and Two Option Periods. Maximum value of all work awarded under each contract will be limited to $1-million per year or $3-million over the life of the contracts; delivery orders of NTE $1,000,000 each to be issued as requirements arise. No additional contract information will be given to A-E firms. The Standard Industrial Classification System Code (SIC) has been replaced by the North American Industry Classification System Code ( NAICS). The NAICS Code for this procurement is 541330, which is matched to SIC Code 8711. Project is open to both large and small business. *If you are a large business and your bid or proposal will exceed $1,000,000, you will be required to submit a s ubcontracting plan. The subcontracting goals for the Seattle District which will be considered in the negotiation of this contract are: (1) at least 55% of a contractors intended subcontract amount be placed with Small Businesses (SB); (2) at least 9% of a contractors intended subcontract amount be placed with Small Disadv antage Businesses (SDB) or Historically Black College or University and Minority institution (3) at least 5% of a contractors intended subcontract amount be placed with Women-owned Small Business (WOSB) and , (4) at least 3% of a contractors intended sub contract amount be placed with Service-Disabled Veteran-owned SB; and (5) at least 3% of a contractors intended subcontract amount be placed with Hubzones. *For the purposes of this procurement a concern is considered a small business if its average ann ual gross receipts are $4 million or less. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). 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. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Qualified firms desiring consideration shall submit one copy of SF 330 (06/2004 edition), for the prime firm and all consultants. Include the firm's ACASS number in SF 330, Part I, Section B, Block 4. For ACASS information , call 503-808-4591. Submittals should be mailed or delivered to the following address not later than 24 January 2006 2:00 P.M. local time: U. S. Army Corps of Engineers, Seattle District, Attention: Bonnie Lackey, P.O. Box 3755, 4735 East Marginal Way South, Seattle, Washington 98134-2385. Submittals by facsimile transmission will not be accepted and will be considered non-responsive. No additional project informatio n will be given to A-E firms. This is not a request for proposal.
 
Place of Performance
Address: US Army Engineer District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
Country: US
 
Record
SN00961119-W 20060106/060104212303 (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.