SOLICITATION NOTICE
C -- Ice Flushing System at Snell Lock
- Notice Date
- 12/2/2010
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Transportation, St. Lawrence Seaway Development Corporation (SLSDC), SLSDC Headquarters, P.O. Box 520, 180 Andrews Street, Massena, New York, 13662
- ZIP Code
- 13662
- Solicitation Number
- DTSL55-11-R-C0356
- Point of Contact
- Nancy C. Scott, Phone: (315) 764-3260, Patricia L. White, Phone: (315) 764-3236
- E-Mail Address
-
nancy.scott@dot.gov, patricia.white@dot.gov
(nancy.scott@dot.gov, patricia.white@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- This acquisition is for architect-engineer (A-E) services, and is procured in accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. The St. Lawrence Seaway Development Corporation (Corporation) plans to award a time and materials contract with an engineering firm to perform the required reconnaissance, to prepare conceptual designs and cost estimates for various options and to complete final design work and prepare specifications, drawings and cost estimates for the selected option for installing an ice flushing system at Snell lock in Massena, New York. It is possible that some physical and/or computer modeling will be required. The engineering firm shall commence work on or about March 1, 2011 and complete work on the project on or about November 30, 2011. Snell Lock is a navigation lock that is 80 feet wide and 860 feet long from gate to gate and that raises and lowers vessels up to 78 feet wide and 740 feet long approximately 43 feet. Snell Lock is open from late March until late December each year and typically during the opening and closing periods, ice needs to be flushed from the lock to make room in the lock for transiting vessels. Architect-Engineer firms meeting the requirements described in this announcement are invited to submit a Standard Form 330, Parts I and II, Architect-Engineer Qualifications to Saint Lawrence Seaway Development Corporation, Attn: Contracting Office, P.O. Box 520, 180 Andrews Street, Massena, New York 13662. Firms registering for consideration for future Federal A-E projects are encouraged to electronically submit SF 330, Part II, General Qualifications, to http://www.bpn.gov/orca/login.aspx, and to update at least annually. Firms with a SF 330, Part II on file in this central Federal database do not need to submit a Part II for this acquisition. Firms responding to this announcement before the closing date of 1/14/11 will be considered for selection, subject to any limitations indicated with respect to specialized technical expertise or other requirements listed. Following an evaluation of the qualifications and performance data submitted, three or more firms considered to be the most highly qualified to provide the types of services required, will be chosen for negotiation. Selection of firms for negotiation shall be made in order of preference based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required, that include:1) Professional qualifications necessary for satisfactory performance of required services to include resumes of key personnel. 2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Specialized experience includes, but not limited to, ice management and lock and dams. (3) Capacity to accomplish the work in the required time; and 4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. NAICS Code 541330 Size Standard $4.5M. This procurement is subject to the Small Business Competitiveness Demonstration Program and is open to both small and large business. Prospective offerors must be registered in the Central Contractor Registration (CCR) to be eligible for award. Please register with the CCR at www.ccr.gov. Attention: The Department of Transportation (DOT) Short Term Lending Program (STLP) offers financial assistance to eligible disadvantaged, Hubzone, or service disabled veteran owned businesses. Maximum line of credit is $750,000 with interest at the prime rate, as published in the Wall Street Journal, plus 2 points. For further information, call (800)532-1169 or visit the web at http://osdbuweb.dot.gov..
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/SLSDC/SLSDCHQ/DTSL55-11-R-C0356/listing.html)
- Place of Performance
- Address: Snell Lock, Massena, New York, 13662, United States
- Zip Code: 13662
- Zip Code: 13662
- Record
- SN02337237-W 20101204/101202234208-1ab75539b85ea51034cee62b41c9c6de (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 |