SOURCES SOUGHT
C -- Multidiscipline Design or Other Professional Services for Immigration & Naturalization Service (INS) Projects assigned to the Fort Worth District, INS Architectural & Engineering Resource Center (AERC).
- Notice Date
- 8/8/2002
- Notice Type
- Sources Sought
- Contracting Office
- US Army Engineer District, Fort Worth - Civil Works, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
- ZIP Code
- 76102-0300
- Solicitation Number
- DACW63-02-R-0012
- Response Due
- 9/9/2002
- Point of Contact
- Melanie Hubbard, 817/978-3114
- E-Mail Address
-
Email your questions to US Army Engineer District, Fort Worth - Civil Works
(Melanie.M.Hubbard@swf02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA CONTRACT INFORMATION: Multidiscipline Design or Other Professional Services for Immigration & Naturalization Service Projects assigned to the Fort Worth District, procured in accordance with PL-582 (Brooks A-E Act) and Far Part 36, are required for INS en gineering and design projects, and may potentially support the proposed Office of Homeland Security. THIS ANNOUNCEMENT DOES NOT CONTAIN THE FULL TEXT DUE TO SPACE LIMITATIONS IMPOSED BY FEDBIZOPS, PLEASE CLICK THE FOLLOWING LINK TO SEE THE COMPLETE SYNOPS IS: https://ebs.swf.usace.army.mil/ebs/ViewSolicitation.asp?SolicitationNumber=DACW63-02-R-0012&RegisterOption=True&ID= The North American Industrial Classification System (NAICS) Code applicable to this project is 541330, Engineering Services, which corr esponds to SIC Code 8711. Up to five contracts may be awarded as a result of this announcement. The intent of the acquisition is to award one contract as an 8(a) set-aside with a capacity of $2 million per year for a base year and four one-year options. One contract will be set-aside for Small Business and will consist of one base year, and four one-year options not to exceed $ 3 million per year for five years, and three contracts will be unrestricted with the capacity of one base year and four one-year options, and will not exceed $3.4 million per year for five years. Should the small business and/or 8(a) competition fail to identify a small business or 8(a) firm, the Government reserves the right to convert the small business and/or 8(a) competition to unrestricted. If subsequent contracts are awarded, the Contracting Officer will consider the following factors in deciding which contractor will be selected to negotiate a task order: Performance and quality of deliverables, current capacity to accomplish the order in the required time, uniquely specialized experience, location of firm, and location of the work site. Price will not be used as a criterion. Large businesses selected for this announcement will be required to comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of work it intends to subcontract. 2. PROJECT INFORMATION: No specific projects are identified at this time. As projects are received for execution, use of contracts awarded under this announcemen t will be considered if A-E services are to be utilized. 3. SELECTION CRITERIA: See note 24 for general-description of the A - E selection process. 4. SUBMITTAL REQUIREMENTS: Submittals should be sent to: US Army Corps of Engineers, Attn: Mr. Phil Wynne, Room 3A28, 819 Taylor Street, Fort Worth, Texas 76102-0300 (PO Box 17300). Mr Wynne may be reached at 817/886-1512. (a) See Note No. 24 for general submission requirements. Interested firms, to be considered, must provide one submittal package no later than 4:30 p.m. on the 30th day after the date of this announcement appears. If the 30th day is a Saturday, Sunday or Federal Holiday, the deadline is 4:30 p.m. of the next business day. The 11/92 version of the forms or computer generated equivale nts must be used. (b) Responding firms must submit a copy of a current (signed within the past 36 months) and accurate SF 254 for themselves and each proposed consultant even if an SF 254 is already on file. SF 254's shall be provided for the specific pr ime and subcontractor offices proposed to perform the work. Indicate in Block No. 4 of each SF 254 if the firm is a Large, Small, Small and Disadvantaged or Woman-Owned Small Business. To be classified as a small business, a firm's average annual receipt s or sales for the preceding three fiscal years, must not exceed $4 million. (c) Submit only one SF 255 for the design team, completed in accordance with the instructions. It must contain information in sufficient detail to identify the team (prime and c onsultants) proposed for the contract. The A-E shall not include company literature with the SF 255. (d) Include CBD announcement number in Block No. 2b of th e SF 255. (e) In Block No. 4 of the SF 255, insert the number of personnel proposed for the contract by discipline (not necessarily total capacity), Consultants as (A) and in-house as (B). (f) In Block No. 6 of the SF 255, identify the discipline/service to be supplied by each consultant. Provide brief resumes in Block No. 7 of the on-staff or consultant employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated in paragraph 3b. (g) Personal visits to discuss this announcement will not be scheduled. (h) Solicitation packages are not provided for A-E contracts. This is not a request for proposal (see Note No. 24).
- Place of Performance
- Address: US Army Engineer District, Fort Worth - Civil Works PO Box 17300/819 Taylor Street, Fort Worth TX
- Zip Code: 76102-0300
- Country: US
- Zip Code: 76102-0300
- Record
- SN00136380-W 20020810/020808213712 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |