Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2006 FBO #1749
SOLICITATION NOTICE

C -- Design Battlefield Health and Trauma Biomedical Laboratory, Fort Sam Houston, Texas

Notice Date
9/8/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-06-R-087A
 
Response Due
10/11/2006
 
Archive Date
12/10/2006
 
Small Business Set-Aside
N/A
 
Description
THIS IS A CONTINUATION OF AN ANNOUNCEMENT FOR Solicitation No. W9126G-06-R-0087, modification 6. Please ensure you download both documents for the complete announcement OR go to ftp://ftp.usace.army.mil/pub/swf/BHT%20Ft%20Sam%20Houston/ and download the full version. 4. SUBMITTAL REQUIREMENT: Submittals shall be sent to: US Army Corps of Engineers, Attn: June Wohlbach, Room 2A19, 819 Taylor Street, Fort Worth, Texas 76102-0300 (P.O. Box 17300). (a) Interested firms having the capabilities to perform this work must submit one copy of SF 330 (6/2004 Edition), to the above address not later than 3:00 p.m. Central Time)on the response date indicated above. (b) Responding firms must submit a copy of a current (signed within the past 36 months) and accurate SF 330, Part II for themselves and each proposed consultant even if an SF 330, Part II is already on file. SF 330, Part II shall be provided for the specific prime, other offices of the prime and subcontractor offices proposed to perform the work. Indicat e in Block 3b of each SF 330, Part II if the firm is a Large, Small and Disadvantaged or Woman-Owned Small Business. To be classified as a small business, a firms average annual receipts or sales for the preceding three fiscal years must not exceed $4.5 m illion.(c)Submit only one SF 330, Part I for the design team, completed in accordance with the instructions. It must contain information in sufficient detail to identify the team(prime, other offices of the prime firm and consultants) proposed for the cont ract. The A-E shall not include company literature with the SF 330.(d) In Bock No. 4 of SF 330, Part II, provide the Data Universal Numbering system (DUNSS) number issued by Dun and Bradstreet Information System for the prime A-E or Joint Venture. The D UNS number must be for the firm performing the work (I.e., not the parent company DUNS, but a DUNS number specifically for the office performing the work. Each branch and/or office and/or joint venture must have their own DUNS number. (e) In Block C of t he SF 330, Part I, identify discipline/service to be supplied by each consultant. Provide brief resumes in Block E of the on-staff or consultant employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet t he minimums stated above in paragraph 3b.In Block G-26, along with the name, include the firm/location the person is associated with.(f)A maximum of 10 projects including prime and consultants, will be reviewed in Part I, Block F. Use no more than one proj ect per page.(g) In Block H of the SF 330, Part I, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria. When addressing Team capabilities, clarify planned capability, existing c apability, and prior experiences if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon specific selection criteria listed in Section 3. Describe the firms overall Design Quality Mana gement Plan (DQMP). (Project-specific design quality control plan must be prepared and approved by Government as a condition of contract award, but is not required with this submission.) Indicate the estimated percentage involvement of each firm on the pro posed team. Do not exceed twenty pages for Block H. and use no smaller than 12 font type. Front and back side use of a single page will count as 2 pages. Pages in excess of the maximums listed will be discarded and not used in evaluation of selection crite ria. (j) Personal visits to discuss this announcement will not be scheduled. (k) Solicitation packages are not provided for A-E contracts and no additional project information will be given to firms during the announcement period. Facsimile transmissions w ill not be accepted. Points of Contact: ContractingMs. June Wohlbach (817) 886-1069, Technical- Ms. Glenna Wheatley, (817) 886-1474. E-mail your questions to U S Army Engineer District, Fort Worth at: june.wohlbach@usace.army.mil .All firms may submit a SF 330 which will be considered. Place of Performance: Fort Sam Houston, TX
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN01138009-W 20060910/060908221339 (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.