MODIFICATION
C -- Commissioning Engineering Services for the U.S. Army Corps of Engineers, Norfolk District
- Notice Date
- 11/7/2011
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
- ZIP Code
- 23510-1096
- Solicitation Number
- W91236-12-R-0006
- Archive Date
- 12/8/2011
- Point of Contact
- Jennifer Heuer, Phone: 7572017118
- E-Mail Address
-
jennifer.r.heuer@usace.army.mil
(jennifer.r.heuer@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The Sources Sought Notice posted on 2 Nov 2011 is amended as follows: Reference Paragraph 2 INFORMATION, DELETE "This anticipated contract requires design, construction, acceptance, and occupancy phase commissioning authority (CxA) services, sustainable engineering services, and LEED Accredited Professional..." and REPLACE with "This anticipated contract requires commissioning authority (CxA) services for design, construction, acceptance, and occupancy phase, sustainable engineering services, and LEED Accredited Professional..." Reference SUBMISSION REQUIREMENTS, DELETE "Interested firms having the capabilities to perform this work must submit one (1) hard copy and one (1) electronic copy of SF 330 Part I, and one (1) hard copy and one (1) electronic copy of SF 330 Part II for the prime firm and all consultants, to the above address not later than 4:00 PM on the response date indicated above. Electronic copies shall be provided in Microsoft Word (.doc) or Adobe Acrobat (.pdf). The SF 330 Part I shall not exceed 50 pages (8.5" x 11"), including no more than 5 pages for Section H. Each side of a sheet of paper will be considered a page. Use no smaller than a size 12 font. Include the firm's DUNS number in SF 330, Part I, Section H. In SF 330, Part I, Section H describe owned or leased equipment that will be used to perform this contract, as well as all relevant computer capabilities. In Section H also indicate the estimated percentage involvement of each branch office and subcontractor office on the proposed team. Responding firms are requested to clearly identify tasks to be performed in-house and tasks to be subcontracted. In addition, firms shall submit Part II of the SF330 for each branch office and subcontractor office that will have a key role in the proposed contract. Firms shall include no more than ten (10) projects total in Block F of the SF 330. Facsimile transmissions will not be accepted." and REPLACE with " SUBMISSION REQUIREMENTS Interested firms are invited to respond to the sources sought announcement by providing the following information: Part 1: Point of Contact: Provide name of firm, provide your firm's Dunn and Bradstreet Number (DUNS) and state if your firm is SBA Certified 8(a), Hubzone, SDVOSB, or Small Business. Part 2: Resumes: Provide resumes for professionals on your team(s) that would be responsible for completing the required services. Part 3: Capability: Provide a summary of how your company is uniquely capable and qualified to handle tasks associated with this sources sought. Part 4: Past Performance: Provide a summary of your past performance on projects completed which include address the specialized experience and technical competence within selection criteria. Part 5: Provide your bonding capacity per contract. Electronic copies of submittal requirements shall be provided in Microsoft Word (.doc) or Adobe Acrobat (.pdf) on a CD. In addition, four hard copies tabbed by parts shall be provided in binders. Facsimile and electronic mail transmissions will not be accepted."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-12-R-0006/listing.html)
- Record
- SN02619491-W 20111109/111107234741-24752ad38b3a30717bf82ee7ef58b86c (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 |