Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2008 FBO #2442
AWARD

C -- Indefinite Delivery AE Contract for Multidisciplinary Services for SWF and SWD

Notice Date
8/1/2008
 
Notice Type
Award Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Fort Worth, Attn: CESWF-CT, PO Box 17300, Fort Worth, Texas, 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-08-R-0130
 
Point of Contact
Deyon A Francis,, Phone: (817) 886-1046, June Wohlbach,, Phone: 817/886-1069
 
E-Mail Address
DeYon.A.Francis@usace.army.mil, june.wohlbach@usace.army.mil
 
Small Business Set-Aside
N/A
 
Award Number
W9126G-08-D-0023
 
Award Date
7/24/2008
 
Awardee
Halff Associates, Inc., 4000 Fossil Creek Drive, Fort Worth, Texas 76137, United States
 
Award Amount
$4,900,000.00
 
Description
This contract is for Multidisciplinary Services for SWF and SWD, U.S. Army Corps of Engineers in accordance with PL-582 (Brooks A-E Act) and implemented in FAR Part 36.6. Services are required for engineering, design, and related services to potentially include but not limited to any or all of the following: Engineering Analyses and Design; Corps of Engineers Civil Works & Water Resource Planning; Hydrology and Hydraulic modeling, CADD/GIS/Mapping Services; Surveys; Cultural Resources Investigations; Hazardous, Toxic, and Radioactive Waste Investigations; Environmental Studies; Geotechnical Investigations; Fluvial Geomorphologic and Stream Restoration Studies; Aquifer Recharge; Report Writing; and Independent Technical Review. All work must be done by or under the direct supervision of licensed professional Engineers or Architects. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. North American Industrial Classification System Code applicable to this project is 541330, Engineering Services, which has a size standard of $4,500,000 in average annual receipts and corresponds to SIC Code 8711. This announcement is open to all businesses regardless of size. Anticipated award will be on or about May 2008. Two IDC contracts will be awarded from this announcement for a cumulative amount $4,900,000 each, with a Minimum Guarantee amount of $5,000.00 for a term not to exceed five years. This is considered part of a multiple award along with Solicitation Nos. W9126G-08-R-0131 and W9126G-08-R-0132. If more than one contract is awarded under any of these announcements, the Contracting Officer will consider the following factors in deciding which contractor will be selected to negotiate an order: (1) uniquely specialized experience, (2) performance and quality of deliverables under any current Indefinite Delivery Contracts, (3) current capacity and ability to accomplish the order in the required time, (4) familiarity with design criteria/codes and construction methods used at the locality, and (5) equitable distribution of work among the contractors. Price will not be used as a criterion. In the event this contract is used to develop design-build supporting documents for use in a two-phase design-build selection (FAR 36.302), the prime A-E and subconsultants shall be prohibited from teaming with design-build firms to compete in the final design-build construction solicitation in accordance with FAR 9.505-2. b. Nature of Work: The services necessary for each requirement will be negotiated and awarded as individual task orders. The A-E shall furnish all services, materials, supplies and supervision required to fully complete each task order. The A-E shall be able to provide: a) development of full design packages and Request for Proposal (RFP) packages for design-build of multiple facility types; b) design support and consultant services in various combinations of architectural, structural, civil, mechanical and electrical disciplines; c) construction management services; d) cost estimating, cost control, scheduling, and construction simulation services (risk scenarios, change order analysis, alternative methods), e) design, drafting, and planning services for renovation, demolition and alterations to existing facilities. The A-E should expect to become a significant part of the government’s USACE Program delivery team
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2b182e286dc4fd6c3320e658db66def2&tab=core&_cview=1)
 
Record
SN01629428-W 20080803/080801223152-2b182e286dc4fd6c3320e658db66def2 (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.