Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 09, 2020 SAM #6950
MODIFICATION

C -- Eng & Construction Mgmt Services

Notice Date
12/7/2020 5:39:27 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
US ARMY ENGINEER DISTRICT HUNTINGTO HUNTINGTON WV 25701-5000 USA
 
ZIP Code
25701-5000
 
Solicitation Number
W9123721R0002
 
Response Due
1/6/2021 12:00:00 PM
 
Archive Date
01/21/2021
 
Point of Contact
Patrina Singleton, Contract Specialist, Phone: 3043996936, Roy Massey, Contracting Officer, Phone: 3043995046
 
E-Mail Address
patrina.g.singleton@usace.army.mil, roy.g.massey@usace.army.mil
(patrina.g.singleton@usace.army.mil, roy.g.massey@usace.army.mil)
 
Description
This post is to correctly categorize this requirement as a combined synopsis/solicitation. This contract is being procured in accordance with the Selection of Architect Engineers Act, the provisions outlined in FAR Subpart 36.6 and the procedures provided in Engineer Pamphlet (EP) 715-1-7, section 3-16. Architect-Engineers (A-E) will be selected for price negotiations based on demonstrated competence and qualifications for the required work. The services will consist of engineering and construction services to support the development of various projects within or assigned to the Huntington District, US Army Corps of Engineers, Great Lakes and Ohio River Division and work for others through the Department of Energy (DOE), IIS customers, and other federal agencies. The majority of the work under this contract will be performed for Department of Energy (DOE) field/project offices as well as, but not limited to, National Science Foundation (NSF),Department of Homeland Security (DHS), and possible other federal agencies that may be in need of these specialized nuclear Engineering and Construction Services. One indefinite delivery contract will be negotiated and awarded with a one (1) year base period and four (4) one year option periods. The contract amount will not exceed $90,000,000.00 over the life of the contract. Work will be issued by negotiated firm-fixed price task orders. The minimum guarantee will amount to a total of $20,000.00 for the base period and $10,000.00 for each option period. Task Orders may be awarded between $2,500.00 and $3,000,000.00 based on historical need. The contract is anticipated to be awarded in February 2021. North America Industrial Classification System (NAICs) code is 541330, which has a size standard of $16,500,000.00 in average annual receipts. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 Alt II (Dev) regarding the requirement for a subcontracting plan on any parts of the work it intends to subcontract; this is only required by the most highly qualified AE and is not part of the submittal for this synopsis. Additionally, the proposal shall include a QA/QC plan for consideration. A final USACE approved Quality Control Plan will also be required at the time of award. To be eligible for contract award, a firm must be registered in the System for Award Management (SAM). Register via the SAM internet site at http://www.sam.gov. The work and services to be accomplished will consist of providing, on an individual task order basis, highly technical and specialized nuclear engineering, environmental engineering, design reviews, engineering support during construction; plan and specification reviews, preparation of Computer-Aided Design and Drafting (CADD) drawing reviews, construction management, technical review of decontamination, decommissioning and demolition of nuclear facilities to include nuclear quality assurance, environmental remediation, and project controls. This work supports mission which include supporting the various customers listed above. Each of these agencies rely on LRH in assisting them to deliver high quality and safe engineering products in support supplies are stable, and the integrity of national security is maintained.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2ec773d25df9432f83d11f83b002e9d2/view)
 
Place of Performance
Address: Huntington, WV 25701, USA
Zip Code: 25701
Country: USA
 
Record
SN05867679-F 20201209/201207230141 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.