Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2005 FBO #1487
SOURCES SOUGHT

C -- C--Indef Delivery/Indef Quantity Fixed Price AE Contracts Supporting Civil and Mil Projects assigned to the U. S. Army Corps of Engineers SWD, primarily to the Fort Worth District. Point of Contact Alisa (Ali) Marshall 817-886-1068

Notice Date
12/20/2005
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-06-R-0020
 
Response Due
1/10/2006
 
Archive Date
3/11/2006
 
Small Business Set-Aside
N/A
 
Description
Information Needed: SOURCES SOUGHT SYNOPSIS: This is a Sources Sought Synopsis announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARD ED FROM THIS SYNOPSIS THEREFORE NO SF 330 FORMS ARE REQUIRED AT THIS TIME. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community (Small Business (SB) Small Disadvantaged Business (SDB) to include Section 8(a), Historically Underutilized Business Zones (HUBZone), Vete ran Owned Small Business Concern (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Historical Black Colleges and Minority Institutions (HBCU/MI) to compete and perform a Firm Fixed Price Indefinite Delivery/Indefinite Quantity Contract. The Government is seeking qualified, experienced sources capable of performing design, engineering, and construction support services to military and civil works projects within, but not limited to, the Southwestern Division regional boundaries (primarily the Fort Worth District). The general over all scope of work of this acquisition will include research, analysis, development, design, construction, alteration or repair of real property, program management, professional services, pre-design site-assessme nt, feasibility and concept studies, space planning and programming, design and design concepts/standards, construction documentation, cost estimates, value engineering, life cycle costing, post design-shop drawing review, and construction administration. Additional services include but are not limited to: topographic surveys, soil borings, consultations, construction cost estimates, construction inspection, preparation of record drawings, soils engineering, drawing reviews, preparation of operation and ma intenance manuals, and environmental studies. The contractor is also required to have expertise and knowledge of the design of Anti-Terrorism/Force Protection (ATFP) requirements, security and communications systems, fire protection and life safety system s, and other technical services as may be required. For all task orders, the AE Contractor(s) will be required to provide monthly progress reports, stating (as a minimum) work completed, work anticipated, and problems encountered. In progress reviews and briefings will be required in each task order. No automated management information systems will be required under the contract. Disciplines needed include all AE disciplines required to comply with the above requirements such as, (THIS LIST IS not all i nclusive), registered architect, registered civil engineer, registered electrical engineer, registered mechanical engineer, registered structural engineer, certified environmental survey/design personnel. It is anticipated that multiple projects may be aw arded simultaneously to the selected firm(s). AE shall demonstrate adequate team capacity to coordinate, design and manage multiple task orders concurrently to meet required milestones. The Government anticipates the majority of the task orders to range from $25,000.00 to $1,000,000. However, there may be some task orders for less and some for more than stated above. The Government is requesting that members of the Small Business Community interested furnish the following information: (1) Company name , address, point of contact, telephone number, and email address. (2) Type of Small Business Community member (Small Business (SB) Small Disadvantaged Business (SDB) to include Section 8(a), Historically Underutilized Business Zones (HUBZone), Veteran Own ed Small Business Concerns (VOSB), Service Disabled Veteran Owned (SDV(SB), and Historical Black Colleges and Minority Institutions (HBCU/MI) under the North Am erican Industry Classification System (NAICS) code 541330 which contains a size standard of $4,000,000.00. (3) Identify servicing Small Business Administration District Office. (4) Provide a general statement of your capabilities and demonstrate the capa city to perform the work. (5) Demonstrate specialized experience and technical competence in the design of Government facilities over $5 million and demonstrate a minimum of three examples within the past 5 years. Include name, address, telephone number, and email address of references. Also, provide a brief description of the work performed, contract number, total contract value, and period of performance. Contracts must be same or similar to the work described in this announcement. (6) AEs are required to demonstrate the capability to complete design documents, and cost estimates. (7) AEs firms, including joint ventures, will be required to show that they can perform all aspects of design, either by their in-house capabilities or through their subcontra ctors capabilities. FOR INFORMATION ONLY (NO SF330 FORM IS REQUIRED AT THIS TIME) The information you are submitting are responses to the above seven questions. Existing and potential Joint-Ventures, Mentor Prot?g?, and teaming arrangements are acceptable and encouraged. For assignment of DUNS number, contact the Dun and Bradstreet office at 1-866-705-5711 or via the Internet at http://www.dnb.com). The DUNS pro cedures replace the previous ACASS system/procedures. All contractors, to be eligible for award of a Government contract, MUST be registered in CCR prior to submitting the SF330 Form in response to an actual FedBizOpps Announcement. Contractors may reg ister via the CCR Internet site at http://www.ccr.gov or by contacting the DOD Electronic Commerce Information Center at 1.888.227.2423. E-Mail responses to this request are preferred and should be sent to: ATTN: Ali Marshall at Alisa.Marshall@swf02.usa ce.army.mil. Or fax responses to 817-886-6403. ALL QUESTIONS MUST BE SUBMITTED VIA EMAIL. The due date and time for responses to this announcement is 2:00 pm (Central Time) for Fort Worth, TX, on January 10, 2006. Point of Contact is Ali Marshall (817) 886-1068.
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN00955421-W 20051222/051221075850 (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.