Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2019 FBO #6433
SOLICITATION NOTICE

C -- Indefinite Delievery Contract for Safety Engineering and design services for the USACE Dam Safety Modification Mandatory Center of Expertise

Notice Date
10/19/2018
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Attn: CELRH-CT 502 8th Street Huntington WV 25701-2070
 
ZIP Code
25701-2070
 
Solicitation Number
W91237-18-R-0006
 
Response Due
11/19/2018
 
Point of Contact
Joshua Westgate, Contract Specialist, Phone 3043995050
 
E-Mail Address
joshua.k.westgate@usace.army.mil
 
Small Business Set-Aside
Total Small Business
 
Description
1. CONTRACT INFORMATION: This contract is being procured in accordance with the Selection of Architect Engineers (A-E) Act, the provisions outlined in FAR Subpart 36.6 and the procedures provided in Engineer Pamphlet (EP) 715-1-7, section 3-16. A-Es will be selected for negotiations based on demonstrated competence and qualifications for the type of professional services required. Work will be performed for the Corps of Engineers or its customers to include other Governmental agencies, and State and local entities. Work will predominantly occur within the boundaries of the continental United States as well as Alaska, Hawaii, and all U.S. Territories. Architect-Engineering services are required for various types of civil works and MILCON support projects assigned to the Dam Safety Modification Mandatory Center of Expertise (DSMMCX). The contract will also provide capacity within the USACE requesting Architect-Engineering assistance through the Dam Safety Modification Mandatory Center of Expertise. A minimum of three (3) indefinite delivery indefinite quantity contracts will be negotiated and awarded with a base period of one year and four option periods, one year each. The award amount will not exceed $15,000,000.00 in shared capacity over the life of the contracts. Work will be issued by negotiated firm-fixed price task orders. The minimum guarantees will amount to a total of $45,000.00 ($15,000.00 each contract) for the base periods and $15,000.00 ($5,000.00 for each contract) for all option periods. Task Orders may be awarded between $2,500 and $5,000,000 in value. The contracts are anticipated to be awarded in February 2019. This announcement is open to small businesses meeting the requirements of North American Industry Classification System Code (NAICS) 541330 which has a size standard of $15 million in average annual receipts. Limitations on subcontracting are referenced in FAR Clause 52.219-14(c)(1), at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. The A-E's corporate Quality Control Plan is required with this submittal and will be evaluated as outlined in factor D. Each task order with site work will require a Site Specific Safety and Health Plan; each task order will require an individual task specific Quality Control plan. The A-E must be registered in the System for Award Management (SAM) to be eligible for contract award. Register via the SAM website at https://www.sam.gov/portal/public/SAM. Multiple contracts are being awarded under this synopsis, the three most highly qualified firms will each receive a Request for Proposal to allow development and submission of a price proposal. Task Orders will be awarded in accordance with the Selection of Architect Engineers Act guidance to ensure fair distribution of awards. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-OCT-2018). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 03-JUL-2019, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USA/COE/DACA69/W91237-18-R-0006/listing.html)
 
Record
SN05360440-F 20190705/190703230042 (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.