Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2005 FBO #1347
SOLICITATION NOTICE

C -- A&E Mechanical and Electrical Services(Lock and Dam Design Services) Location: Various projects throughout the district. Price Range: $3,000,000 Time for Completion: 3 Years Category SIZE: $4,000,000

Notice Date
8/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
USA Engineer District, Nashville, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070
 
ZIP Code
37202-1070
 
Solicitation Number
W912P5-05-R-0006
 
Response Due
9/7/2005
 
Archive Date
11/6/2005
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: The Nashville District Corps of Engineers intends to award up to four Indefinite Delivery Contracts for Lock and Dam Design Services at various projects throughout the district. Projects outside the primary area of responsibility may be added at the Governments discretion. The NAICS code for th ese contracts will be 541330, Engineering Services, SIC code 8711. The contract duration will be three years. Tasks will be directed by individually issued task orders. More than one task order may be issued concurrently. For each contract the total ac cumulative amount will not exceed $3,000,000 with no one task order exceeding $1,000,000. The contracts are anticipated to be awarded in October 2005. This announcement is open to all businesses regardless of size. 2. PROJECT INFORMATION: This contract will require structural, mechanical, and electrical designs for new navigation lock and dam projects. All CADD services must be compatible with Microstation. Tasks may include but are not limited to engineering investigations, reports, designs, construc tion plans and specifications, MCACES costs estimates, and engineering during construction support for new navigation locks and dams projects. The contract may also be used to accomplish major maintenance and repair designs for existing navigation locks a nd dams. 3. Selection Criteria: The selection criteria are listed below in descending order of importance. Criteria a-e are primary, and criteria f-h are secondary and will only be used as tie-breakers among the most highly qualified technically equal f irms. a. Specialized experience and technical competence of the prime firm and any subcontractor in the type of work described in paragraph 2. titled PROJECT INFORMATION. Evaluation factors will include knowledge and experience in the design of new navig ation lock and dam projects within the last 5 years. The effectiveness of the proposed management structure and the prior working relationship between a prime firm and any subcontractors will also be evaluated. A single point of contact for the prime mus t be clearly identified in the submittal. b. Professional qualifications of the key project management and technical personnel to be assigned to the contract. Evaluation will include the experience, education, training, and registration of these personne l. c. Capacity of the firm to accomplish the work. Work will often require simultaneous action on several design tasks at one time. d. Knowledge of the general locality and specific conditions associated with Nashville Districts navigation projects. e. Past experience on DOD contracts with respect to cost control, quality of work, and compliance with performance schedules. f. Extent of participation of small businesses, small disadvantaged businesses, including women-owned, minority-owned, and service disabled veterans in the proposed contract team, measured as a percentage of the total estimated effort. g. Volume of DOD contract awards in the last 12 months. h. Location of the firm and the proposed team in the general geographic area of the Nashville District. 4. Submission Requirements: Interested firms having the capacity to perform this work must submit two copies of their SF 330 by close of business on 7 September 2005. All firms submitting must be registered with the Central Contractor Regist ration (CCR) at http://www.ccr2000.com or by calling 1-888-227-2423. Representations and Certifications must be completed electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov within the last 12 months. No other general notification to firms under consideration for this work will be made, and no further action is required. Include the submitting firms ACASS number in the submittal. For ACASS information, call 503-326-3459. Solicitation packa ges are not provided. For SF330s being submitted by Express Mail, the delivery addre ss is: US Army Corps of Engineers, ATTN: Beryl C. Newsome, CELRN-CT, Room A-604, 110 Ninth Avenue South, Nashville, TN 37203. Contract Specialist for this requirement is: Beryl C. Newsome, Beryl.C.Newsome@usace.army.mil, Phone 615-736-7933.
 
Place of Performance
Address: USA Engineer District, Nashville P.O. Box 1070, 801 Broad Street Nashville TN
Zip Code: 37202-1070
Country: US
 
Record
SN00860502-W 20050804/050802212538 (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 |
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.