Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2009 FBO #2627
SOLICITATION NOTICE

C -- MISCELLANEOUS PLANNING SERVICES FOR CIVIL/MILITARY PROJECTS IN THE NORTHWESTERN DIVISION OF THE CORPS OF ENGINEERS.

Notice Date
2/2/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Seattle, US Army Engineer District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-09-R-0029
 
Response Due
3/6/2009
 
Archive Date
5/5/2009
 
Point of Contact
Benjamin Davis, 206-764-6693<br />
 
Small Business Set-Aside
Total Small Business
 
Description
Point of Contact: Benjamin Davis, (206)764-6693 benjamin.c.davis@usace.army.mil CONTRACT INFORMATION: The Government intends to award one contract for this requirement. Maximum value of all work awarded under each contract will be limited to $1-million per year or $5-million over the life of the contract; delivery orders of NTE $1,000,000 each to be issued as requirements arise. No additional contract information will be given to A-E firms. The Standard Industrial Classification System Code (SIC) has been replaced by the North American Industry Classification System Code (NAICS). The NAICS Code for this procurement is 541330, which is matched to SIC Code 8711. This requirement is 100% set aside for small business. *For the purposes of this procurement a business is considered a small business if its average annual gross receipts are $4.5 million or less. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-888-227-2423. PROJECT INFORMATION: The work to be performed under this contract consists of miscellaneous water resource civil work planning, analysis, design, engineering during construction, and real estate studies in areas serviced by the Seattle District. Work shall be performed in accordance with Corps of Engineers policies and procedures of the Seattle District, Corps of Engineers, including but not limited to: project management, reconnaissance reports, hydraulic and hydrologic engineering, geomorphology engineering, site investigation and mapping, survey, plan formulation, feasibility reports, environmental studies and impacts, endangered species assessments/evaluations, technical review of reports, design analyses, and plans and specifications, value engineering of proposed projects, economic and financial analyses, overall design analysis of alternatives, developing plans and specifications, public involvement, comprehensive real estate assessment, real estate appraisal, cost estimating using MCASES, and engineering during construction. EVALUATION CRITERIA FOR A-E SELECTION: The selection criteria for this project are listed below in descending order of importance. Criterion a-e are primary. Criterion g-h are secondary and will only be used as tie-breakers among firms that are essentially technically equal. a. Specialized experience of firm in types of work required; b. Professional qualifications and/or experience of firms staff to be assigned to this project, which are necessary for satisfactory performance of required services; c. Past Performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from ACASS and other sources; d. Capacity to accomplish the work in the required time; e. Knowledge of the Locality; f. (Intentionally left blank.) g. Location of the firm in the general geographical area of Washington, Idaho, Montana and Oregon and; h. Volume of DoD A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. A-E will be required to use M-CACES for cost estimating on this contract. The software will be furnished by the Corps of Engineers after contract award. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit one copy of SF 330 Part I and one copy of SF 330 Part II for the prime firm and all consultants. Include the firm's DUNS number in SF 330, submittals should be mailed or delivered to the following address not later than 06 March 2009 2:00 P.M. local time: U. S. Army Corps of Engineers, Seattle District, Attention: Benjamin Davis, P.O. Box 3755, 4735 East Marginal Way South, Seattle, Washington 98134-2385. Submittals by facsimile transmission will not be accepted and will be considered non-responsive. It is anticipated that a contract, resulting from this announcement, will be awarded by June 30, 2009. No additional project information will be given to A-E firms. This is not a request for proposal.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=51b02b6eaf0dfee8d990d3d1be15fd15&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA<br />
Zip Code: 98124-3755<br />
 
Record
SN01742369-W 20090204/090202215419-51b02b6eaf0dfee8d990d3d1be15fd15 (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.