Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2010 FBO #3317
SOLICITATION NOTICE

C -- Design Lighting System for Eisenhower Tunnel

Notice Date
12/22/2010
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Transportation, St. Lawrence Seaway Development Corporation (SLSDC), SLSDC Headquarters, P.O. Box 520, 180 Andrews Street, Massena, New York, 13662
 
ZIP Code
13662
 
Solicitation Number
DTSL55-11-R-C0394
 
Archive Date
2/5/2011
 
Point of Contact
Patricia L. White, Phone: (315) 764-3236, Teresa A Helm, Phone: 315-764-3252
 
E-Mail Address
patricia.white@dot.gov, teresa.helm@dot.gov
(patricia.white@dot.gov, teresa.helm@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
This acquisition is for architect-engineer (A-E) services, and is procured in accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. A-E firms meeting the requirements described in this announcement are invited to submit: (1) a Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II, and (2) any requested supplemental data to the the SLSDC contracting office at 180 Andrews Street, Massena, New York 13662 or email to Teresa.Helm@dot.gov. The St. Lawrence Seaway Development Corporation (SLSDC) requires an engineering firm to perform reconnaissance/study services to provide the SLSDC with options for replacing the lights in the Eisenhower Lock Highway Tunnel located in Massena, New York. Work also includes preparing final designs, specifications, drawings and cost estimates for the selected lighting option. The tunnel is a north-south facing tunnel with a vanishing point in the middle of the tunnel. The tunnel is 477 feet long with two way traffic and is currently illuminated with one hundred sixty four (164) 6 foot T-12 florescent lights. Proposed replacements for the existing lighting shall conform with the RP-22 Standard for lighting. Technologies, including but not limited to, light emitting diode (LED), inductive fluorescent (IF), high pressure sodium (HPS) and metal halide (MH) should be considered. The SLSDC's selection of a proposed option will be based on initial cost, energy efficiency, and operating and maintenance costs. The current electrical system is at capacity with the existing lighting therefore, depending on the selected option, the existing electrical distribution system supplying power for the tunnel lighting may require upgrading. Firms responding to this announcement before the closing date of January 21, 2011, will be considered for selection, subject to any limitations indicated with respect to size of the firm, specialized technical expertise or other requirements listed. Following an evaluation of the qualifications and performance data submitted, three or more firms that are considered to be the most highly qualified to provide the type of services required will be chosen for negotiation. Selections of firms for negotiation shall be made in order of preference based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the specific selection criteria as follows: (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (3) Capacity to accomplish the work in the required time; and (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Estimated period of performance is April 2011 through July 2011. The SLSDC contemplates awarding a firm, fixed price contract. There is no estimated cost range for the construction project at this time. This procurement is subject to the Small Business Competitiveness Demonstration Program. Offerors must be registered in the Central Contractor Registration (CCR) database as www.ccr.gov to be eligible for award. For additional information on this procurement, please contact Patricia White at patricia.white@dot.gov or Teresa Helm at teresa.helm@dot.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/SLSDC/SLSDCHQ/DTSL55-11-R-C0394/listing.html)
 
Place of Performance
Address: Barnhart Island Road, Massena, New York, 13662, United States
Zip Code: 13662
 
Record
SN02349739-W 20101224/101222234726-c0bedb965ecc6f69907dc4df999d6f49 (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.