SOLICITATION NOTICE
C -- RECOVERY ATN DM0006A Design services for two USGS research vessels.
- Notice Date
- 7/28/2009
- Notice Type
- Presolicitation
- Contracting Office
- Department of the Interior, U. S. Geological Survey, USGS - All Offices, U S GEOLOGICAL SURVEY, APS ER TEAM A, ACQUISITION AND GRANTS BRANCH12201 SUNRISE VALLEY DRIVE, MS152, ROOM 3A305 RESTON VA 20192
- ZIP Code
- 20192
- Solicitation Number
- 09ERSS0021
- Response Due
- 8/18/2009
- Archive Date
- 7/28/2010
- Point of Contact
- KRIS MURRAY CONTRACT SPECIALIST 6082702446 ;<br />
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- The Department of the Interior, U.S. Geological Survey (USGS) has a requirement for a contractor to ASSEMBLE AND DEVELOP A BASIC CONCEPTUAL DESIGN PLAN/SPECIFICATIONS AND SUBSEQUENT PRELIMINARY DESIGN FOR TWO RESEARCH VESSELS. THE VESSELS WILL BE USED TO MEET THE USGS IMMEDIATE AND LONG-TERM SCIENCE MISSION WITH A PRINCIPAL AREA OF OPERATION OF THE GREAT LAKES. The Government anticipates award of a Firm Fixed Price task order against the successful offeror's GSA Schedule Contract. The anticipated period of performance is 10/29/2009 through 02/28/2010. The solicitation and any documents related to this procurement will be available through GSA E-Buy on https://www.gsaadvantage.gov on or about 08/18/2009. The solicitation number to be posted to E-Buy is RFQ384255. The offeror is responsible for monitoring the GSA E-Buy site for the release of the solicitation and amendments (if any). A formal solicitation, statement of work, and technical exhibits are not available for release at this time. This requirement is being competed full and open under GSA Schedule 871, Professional Engineering Services. The applicable North American Industry Classification System (NAICS) code is 541330. The small business size standard is $4.5M. There is not an incumbent contractor. Full or partial funding for requirements to be completed by the resultant task order may utilize funds provided by the American Recovery and Reinvestment Act of 2009. Inclusion of unique provisions required to implement the Act, including those for significant reporting and transparency requirements by the successful offeror, will be required in any resultant order. All questions and concerns may be submitted to the Contracting Officer via email at kmurray@usgs.gov. (ATN DM0001A)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/09ERSS0021/listing.html)
- Record
- SN01889813-W 20090730/090728235804-b9304ba073b30669ae115987a86849b5 (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 |