Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2007 FBO #2061
SOLICITATION NOTICE

C -- ID AE MULTIDISCIPLINE DESIGN/PROFESSIONAL SERVICES PRIMARILY FOR SAN ANTONIO AREA AND THE UNITED STATES

Notice Date
7/17/2007
 
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-095A
 
Response Due
8/20/2007
 
Archive Date
10/19/2007
 
Small Business Set-Aside
N/A
 
Description
THIS IS A CONTINUATION OF AN ANNOUNCEMENT FOR Solicitation No. W9126G-07-R-0095. YOU MUST DOWNLOAD BOTH ANNOUNCEMENTS FOR THE COMPLETE SYNOPSIS. 4.0 - SUBMISSION REQUIREMENT: Submittals shall be sent to: U.S. Army Corps of Engineers, Fort Worth D istrict, Attn: Ms Robin Shafer, CESWF-CT-S 819 Taylor Street, Room 2A19 (P.O. Box 17300) Fort Worth, Texas 76102-0300 GENERAL INSTRUCTIONS: a) Interested firms (single or joint ventures) having the capabilities to perform this work must submit two copie s of an SF 330 (6/2004 Edition) to the above address not later than 3:00 p.m. (Central Standard Time) on 20 August 2007. Late proposal rules found in FAR 15.208 will be followed for late submittals. Submission by telephonic facsimile or electronic mail w ill not be accepted. Personal visits to discuss this announcement will not be allowed; (b) Submit a compiled SF330, Part I from the prime for the design team, completed in accordance with the SF 330 instructions and additional instructions herein. It mus t contain information in sufficient detail to identify the team (prime, other offices of the prime firm and sub-consultants) proposed for the contract. Do not include company literature with the SF330; c) Use no smaller than 10 font type using standard En glish. Front and back side use of a single page will count as 2 pages. Pages in excess of the maximums listed will not be used in evaluation of the selection criteria. Foldouts are not allowed and shall not be considered. SF330 ADDITIONAL INSTRUCTIONS: (a) In Section C, identify the discipline/service to be supplied by each consultant; (b) In Section E, provide brief resumes (no more than 1 page per resume) of the on-staff or sub-consultant employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated above in paragraph 3b; (c) In Section F, a maximum of 10 projects including the prime and sub-consultants will be reviewed. Use no more than one page per project; (d) In Section G, block 26, and include the firm and location the person is associated with. The names of individuals included in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable. Also a team Project Organization Chart indicating how each firm on the proposed team (prime and each sub-contractor as identified in Part I, Section C) integrates into the composite team; (e) In Section H, provide a narrative to addres s each of the requirements, including sub-paragraphs, of items listed in Section 3, Selection Criteria, of this synopsis. In the SF330, when addressing the team capabilities, clarify planned capability, existing capability, and prior experiences if any ap ply. 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 herein. Under para 3g, above, provide an itemized summary of DOD awards to inc lude Agency, Contract Number/Task Order No., and Project Title and amount. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders (This information will be used as primary selection factor for spe cialized experience and secondary factor volume of award. Clarification: For indefinite delivery contracts: Identify the contract number, agency and office that awarded the contract, short contract description, total contract value, total number Gene rally, 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.) Indicat e the estimated percentage involvement of each firm on the proposed team. Do not exceed 20 pages for Block H. SF 330, PART II ADDITIONAL INSTRUCTIONS: (a) Res ponding firms must submit a copy of a current and accurate SF 330, Part II for the specific prime, other offices of the prime and sub-contractor offices proposed to perform the work even if one is already of file. All Part IIs MUST be signed (signed with in the past 12 months) and dated either by an original handwritten signature or a cut and pasted facsimile of an original signature. Indicate in Block 5b of each Part II, if the firm is a Large Business, Small Business, HUBZone, Service Disabled Veteran-O wned Small Business, 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;(b) In Block No. 4 of the SF 330, Part II, provide the Du n and Bradstreet Number (DUNS) for the prime A-E or Joint Venture. The DUNS number must be for the firm performing the work; i.e., not the parent company DUNS number if the firm has branches, but a DUNS number specifically for the office, prime or branch performing the work. Each branch office, joint venture and/or subcontractor must have their own DUNS number. For assignment of DUNS numbers, contact the Dun and Bradstreet office at 1-866-705-5711 or via the Internet at http://www.dnb.com. The DUNS proce dures replace the previous ACASS system/procedures. (c) Solicitation packages are not provided for A-E contracts and no additional project information will be given to firms during the announcement period. Points of Contact: Contracting-Ms. Robin Shafer , e-mail robin.l.shafer@swf02.usace.army.mil, (817 886-1052), Technical-Mr. Robert Gilbert, Project Manager (817) 886-1890, and Mr. Lynn Ray, Account Manager (817 886-1372). THIS IS A CONTINUATION OF AN ANNOUNCEMENT FOR Solicitation No. W9126G-07-R-0095. 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
SN01344465-W 20070719/070717221547 (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.