MODIFICATION
C -- MODIFICATION TO IDIQ AE CONTRACT FOR GEOTECHNICAL AND CONSTRUCTION MATERIAL SAMPLING, TESTING, SURVEYING, ANALYSIS AND DESIGN FOR MILITARY, CIVIL OR ENVIRONMENTAL PROJECTS LOCATED WITHIN THE SOUTHWESTERN DIVISION (SWD) BOUNDARIES
- Notice Date
- 10/5/2011
- Notice Type
- Modification/Amendment
- Contracting Office
- USACE District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
- ZIP Code
- 74128-4609
- Solicitation Number
- W912BV-11-R-0072
- Response Due
- 10/25/2011
- Archive Date
- 12/24/2011
- Point of Contact
- Diane Cianci, 918-669-7458
- E-Mail Address
-
USACE District, Tulsa
(diane.cianci@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The following are changed as a result of questions: 1. Section 3 labeled "SELECTION CRITERIA" paragraph (a) states: "Firms must include a Quality Assurance and Management plan with the SF 330 submittals, include a list of testing capabilities for the primary laboratory and secondary laboratories which will be used to accomplish the soil, rock, and materials testing under this contract as part of the SF330 submittals". Please replace this paragraph with the following: "Firms must include a list of testing capabilities for the primary laboratory and secondary laboratories which will be used to accomplish the soil, rock, and materials testing under this contract as part of the SF330 submittals". 2. (d) Past Performance. Includes performance on DoD and other contracts in terms of quality of work, compliance with delivery schedules, history of working relationships with subcontractors, timely technical support, and overall cooperativeness and responsiveness. Provide a brief narrative that demonstrates past performance and indicates effectiveness on contracts with government agencies and private industry in terms of the elements above. It is the responsibility of the firm to explain how the past performance information is relevant to the proposed contract. Firms may also provide information on problems encountered in prior contracts and discuss actions taken to remedy unsatisfactory performance. Identify recent awards, commendations, and other performance evaluations outside of ACASS. Please replace this paragraph with the following: "(d) Past Performance. Includes performance on DoD, and other contracts for government agencies and private industry in terms of cost control, quality of work, compliance with performance schedules, history of working relationships with subcontractors, timely technical support, and overall cooperativeness and responsiveness. Provide a brief narrative that demonstrates past performance and indicates effectiveness on contracts with government agencies and private industry in terms of the elements above. It is the responsibility of the firm to explain how the past performance information is relevant to the proposed contract. Firms may also provide information on problems encountered in prior contracts and discuss actions taken to remedy unsatisfactory performance. Identify recent awards, commendations, and other performance evaluations outside of ACASS." (g) Past performance on contracts with Government agencies and private industry. Firm must demonstrate its past performance in the accomplishment of similar work. Items to be addressed are: 'Past performance on DoD and other contracts with respect to cost control. quality of work, and compliance with performance schedules'. Please delete this paragraph. 3. (a) Interested firms having the capabilities and qualifications to perform this work must submit one copy of SF 330 (6/2004 Edition) including Parts I and II as described herein and one CD-ROM of the SF 330 submittal, to the above address not later than 2:00 p.m. (Central Time) on the response date listed above. The date and time are strictly enforced and late packages will not be considered. Late proposal rules found in FAR 15.208 will be followed for late submittals. Solicitation packages are not provided. The SF 330 should be complete and specifically address the requirements of this announcement. Firms shall present an organization chart and a narrative describing how the organization will function. Functions to be subcontracted shall be clearly identified by subcontractor or entity and their office location (specify the address of the office and key person that is assigned there). Foldouts of organization chart or narrative are not allowed and shall not be considered. 4. As indicated in paragraph 4e, resumes must be submitted for each employee required to meet the minimums stated above in paragraph 3b. Paragraph 3b states "The firm should demonstrate ability to provide the following minimum personnel to perform work: three soils lab technicians; two geotechnical design engineers; one engineering technician; one CADD draftperson; one 2-person survey crew; and two drill crews."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-11-R-0072/listing.html)
- Place of Performance
- Address: USACE District, Tulsa ATTN: CECT-SWT-E, 1645 South 101st East Avenue Tulsa OK
- Zip Code: 74128-4609
- Zip Code: 74128-4609
- Record
- SN02603118-W 20111007/111005234925-e5fff4c6d28e705034276d18853e1b45 (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 |