Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2009 FBO #2849
MODIFICATION

R -- RECOVERY--R--USACE,Wilmington District, seeks professional services to update Master Plans at Falls Lake, Neuse River Basin, NC; John H. Kerr Reservoir, Roanoke River Basin, NC and VA; and W. Kerr Scott Reservoir, Yadkin-Pee Dee River Basin, NC

Notice Date
9/10/2009
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
US Army Corps of Engineers, Savannah, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-09-R-0107
 
Response Due
9/15/2009
 
Archive Date
11/14/2009
 
Point of Contact
Denese J Kushinsky, Phone: 9102514785
 
E-Mail Address
denese.j.kushinsky@usace.army.mil
(denese.j.kushinsky@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This notice is being posted as an avenue to provide Request for Proposals W912HN-09-R-0107. In accordance with Federal Acquisition Regulation (FAR) 5.202 (a) (13), Exceptions to publicizing contract actions, there will not be a pre-solicitation notice posted for this required action. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is reserved exclusively for small business concerns. The solicitation number is W912HN-09-R-0107, and the solicitation is issued as a request for proposal (RFP). The NAICS code is 541990 with a small business size standard of $7.0 million. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-36. Description of Requirement: The Wilmington District of the Army Corps of Engineers requests the procurement of services to update the Master Plans through specified phases at Falls Lake, Neuse River Basin, North Carolina; John H. Kerr Dam and Reservoir, Roanoke River Basin, North Carolina and Virginia; and W. Kerr Scott Dam and Reservoir, Yadkin-Pee Dee River Basin, North Carolina. The Contractor shall develop and provide updated project-specific Master Plans for each and cover all resources, including but not limited to fish and wildlife, vegetation, cultural, aesthetic, interpretive, recreational, mineral, commercial, and outgranted lands, easements, and water. Master Plan updates shall focus on three primary components: (1) regional and ecosystem needs, (2) project resource capabilities and suitabilities, and (3) expressed public interests and desires in accordance with attached Scope of Work and applicable Corps of Engineers Regulations (ER) and Pamphlets (EP). Specific guidance on the format and content of a Master Plan is found in Chapter 3 of EP 1130-2-550. The Master Plan updates shall ensure that environmental mandates and considerations are incorporated, with equal attention given to economy and quality in the development of new recreation facilities. CONTRACT LINE ITEM NUMBERS 0001 ARRA Provide all services required for completion of Master Plan update, Phase 1-Information Gathering, for the Design Memoranda (DM) No.27 for Falls Lake, Neuse River Basin, North Carolina in accordance with the Statement of Work. 0002 ARRA -Provide all services required for completion of Master Plan update for the Design Memoranda (DM) No.5 for John H. Kerr Dam and Reservoir, Roanoke River Basin, North Carolina and Virginia in accordance with the Statement of Work. 000201 PHASE I Information Gathering 000202 PHASE II Draft Master Plan 0003 ARRA Provide all services required for completion of Master plan update for the Design Memoranda (DM) No. 11 for W. Kerr Scott Dam and Reservoir, Yadkin-Pee Dee River Basin, North Carolina in accordance with the Statement of Work 000301 PHASE I Information Gathering 000302 PHASE II Draft Master Plan 000303 PHASE III Final Master Plan NOTICE TO BIDDERS 1. This contract action requires products and/or services that are funded under the American Recovery and Reinvestment Act of 2009 (ARRA). 2. Contract Line Items using ARRA funds will be identified on the contract award document. 3. See ARRA contract clauses and ARRA reporting requirements. See also http://www.federalreporting.gov/ This Request for Proposal incorporates the following provisions and clauses: The full text clauses may be accessed electronically at http://www.arnet.gov/far/. -52.202-1, Definitions -52.203-6, Alt I, Restrictions On Subcontractor Sales To The Government -52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 -52.204-7, Central Contractor Registration -52.204-9, Personal Identity Verification of Contractor Personnel -52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment -52.212-1, Instructions to Offerors--Commercial Items -52.212-2, Evaluation--Commercial Items -52.212-3, Offeror Representations and Certifications--Commercial Items -52.212-4, Contract Terms and Conditions--Commercial Items -52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items Alternate II 52.222-50, Combating Trafficking in Persons, Alternate I 52.233-3 Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.204-11, American Recovery and Reinvestment Act--Reporting Requirements 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor--Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer -52.215-2 Alt I, Audit and RecordsNegotiation (Mar 2009) Alternate I -52.219-1, Small Business Program Representations -52.219-8, Utilization of Small Business Concerns -52.219-14, Limitations On Subcontracting -52.232-4009, Designated Payment Office -52.233-2, Service of Protest -52.237-2, Protection Of Government Buildings, Equipment, And Vegetation -52.247-21, Contractor Liability for Personal Injury and/or Property Damage -52.252-1, Solicitation Provisions Incorporated by Reference -52.252-2, Clauses Incorporated by Reference -252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A, -252.204-7006, Billing Instructions -252.209-7004, Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country -252.212-7000, Offeror Representations and Certifications- Commercial Items -252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items -252.225-7001, Buy American Act and Balance of Payments Program -252.232-7003, Electronic Submission of Payment Requests and Receiving Reports -252.232-7010, Levies on Contract Payments -252.243.7001, Pricing Of Contract Modifications PARTIES INTERESTED IN RESPONDING TO THIS RFP may submit their proposal in accordance with standard commercial practice (i.e. proposal form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offerors complete mailing and remittance addresses; discount terms, DUNS number, and Tax Identification Number. Any questions regarding this solicitation MUST be submitted in writing (fax or email) to the point of contact below. In accordance with FAR 52.212-1(k), prospective awardee shall be registered and active in the CCR database prior to award. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer (NLT due date/time of solicitation), the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. PROPOSALS ARE DUE NOT LATER THAN 10:00 AM, EASTERN DAYLIGHT TIME, 15 SEPTEMBER 2009. YOU ARE ENCOURAGED TO SUBMIT PROPOSALS ELECTRONICALLY. They may also be submitted on letterhead and faxed to the attention of the Contract Specialist, Denese Kushinsky at 910-251-4785. The completed Offeror Representations and Certifications-Commercial Items (FAR 52.212-3) MUST be submitted along with each proposal. The government reserves the right to cancel or amend this solicitation. This announcement and written request for proposal constitutes the only Request for Proposal that will be made for this requirement. Electronic proposals are now being accepted via email Denese.J.Kushinsky@usace.army.mil or by fax at (910) 251-4454.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-09-R-0107/listing.html)
 
Place of Performance
Address: Falls Lake, North Carolina, John H. Kerr Dam and Reservoir, North Caolina & Virginia, W. Kerr Scott Dam and Reservoir, North Carolina, United States
 
Record
SN01949965-W 20090912/090911001647-194799b3d590e19b51b48c8bb6d90df5 (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.