Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2006 FBO #1860
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY AE CONTRACT FOR THE NEW SAN ANTONIO MILITARY MEDICAL CENTER (SAMMC), FORT SAM HOUSTON AND LACKLAND AFB, TEXAS

Notice Date
12/28/2006
 
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-07-R-009A
 
Response Due
1/31/2007
 
Archive Date
4/1/2007
 
Small Business Set-Aside
N/A
 
Description
THIS IS A CONTINUATION OF AN ANNOUNCEMENT FOR Solicitation No. W9126G-07-R-0009. YOU MUST DOWNLOAD BOTH ANNOUNCEMENTS FOR THE COMPLETE SYNOPSIS. 4. SUBMITTAL REQUIREMENT: Submittals shall be sent to: US Army Corps of Engineers, Attn: June Wohlba ch, Room 2A19, 819 Taylor Street, Fort Worth, Texas 76102-0300 (P.O. Box 17300). (a) Interested firms (single firms or joint ventures) having the capabilities to perform this work must submit two copies of an SF 330 (6/2004 Edition), to the above address not later than 3:00 p.m. (Central Time) on the response date indicated above. If the response date is a Saturday, Sunday or Federal Holiday, the deadline is 3:00 p.m. of the next business day. (b) Responding firms must submit a copy of a current (signe d within the past 12 months) and accurate SF 330, Part II for themselves and each proposed consultant even if an SF 330, Part II is already on file. All SF 330, Part IIs must be signed and dated either by an original handwritten signature or a cut & past ed facsimile of an original signature. SF 330, Part II shall be provided for the specific prime, other offices of the prime and subcontractor offices proposed to perform the work. Indicate 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 million. (c) Submit only one compiled SF 330, Part I for the desig n 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 contract. The A-E shall not include company literature with the SF 330. (d) In Block No. 4 of the SF 330, Part II, provide the Data Universal Numbering system (DUNS) number issued by Dun and Bradstreet Information System (1/866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the fir m or joint venture performing the work (i.e., not the parent company DUNS number, but a DUNS number specifically for the office performing the work. Each branch office and/or joint venture must have their own DUNS number). (e) In Block C of the SF 330, P art I, identify the 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 the min imums 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 the prime and consultants will be reviewed in Part I, Block F. Use no more than one p age per project. (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, exis ting capability, and prior experiences if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3. Describe the firms overall Design Quality Management Plan (DQMP). (A project-specific design quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission.) Indicate the estimated percentage involvement of each firm on the proposed team. (h) Do not exceed twenty pages for Block H. (i) 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 list will be discarded and not used in ev aluation of the selection criteria. (j) Personal visits to discuss this announcement will not be allowed. (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 will not be accepted. Points of Contact: Contracting  June Wohlbach, (817) 886-1069, Technical  Ronald Richardson (817) 886-136 8, e-mail your questions to US Army Engineer District, Fort WorthMilitary at: june.wohlbach@swf02.usace.army.mil. PlaceS of Performance: Fort Sam Houston and Lackland Air Force Base, TX. THIS IS A CONTINUATION OF AN ANNOUNCEMENT FOR Solicitation No. W 9126G-07-R-0009. YOU MUST DOWNLOAD BOTH ANNOUNCEMENTS FOR THE COMPLETE SYNOPSIS.
 
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
SN01203498-W 20061230/061228221024 (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.