Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2014 FBO #4648
AWARD

C -- Indefinite Delivery Contracts for Architect & Engineering Services in Support of the Mobile District's Central, South America, the Caribbean, & South Atlantic Division, U.S. Army Corps of Engineers Design Program

Notice Date
8/14/2014
 
Notice Type
Award Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-14-R-0006
 
Response Due
11/13/2013
 
Archive Date
9/13/2014
 
Point of Contact
CT-C Plansroom, n/a
 
E-Mail Address
USACE District, Mobile
(cesam-plansroom@sam.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W91278-14-D-0056
 
Award Date
8/13/2014
 
Awardee
HDR ENGINEERING, INC. (173364006) <br> 25 W CEDAR STREET STE 200 <br> PENSACOLA, FL 32501-5945
 
Award Amount
$36,000,000.00
 
Line Number
N/A
 
Description
The Contracting Officer is Carl M. Wade. CONTRACT INFORMATION: A-E services are required for an Indefinite Delivery Contract in support of the Mobile District mission primarily in Central and South America and the Caribbean Islands, and to support of South Atlantic Division, and U.S. Army Corps of Engineers Design Program. This announcement is open to all businesses regardless of size. This announcement will result in three (3) to five (5) contract awards. Contracts awarded will not exceed a term of five (5) years. A firm fixed price contract will be negotiated. Rates will be negotiated for each 12-month period of the contract. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. Work under this contract to be subject to satisfactory negotiation of individual task orders. The total aggregate value of contracts procured under this solicitation is $36,000,000. Successful firms shall be placed in pool of Contractors from which individual task orders shall be issued based on project requirements and the number of ongoing task orders issued to each firm. All interested Architect-Engineers are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The subcontracting goals for this contract are as follows: a minimum of 50.0% of the contractor's intended subcontract amount be placed with small businesses (SB), 17.0% be placed with small disadvantaged businesses (SDB), 18.0% be placed with women-owned small businesses (WOSB), 10.0% be placed with HUB Zone small business, 8.5% be placed with Veteran-Owned Small Business, and 4.0% be placed with Service-Disabled Veteran-Owned Small Business. The subcontracting plan is not required with this submittal. The North American Industry Classification System (NAICS) code for this action is 541330. PROJECT INFORMATION: The contract will primarily be used for projects which will include a variety of site/civil designs, such as roads, grading, drainage, aircraft parking areas, aircraft aprons, airfields, geotechnical investigations, foundation designs, topographic surveys, and other miscellaneous civil items as well as architectural, mechanical, electrical and structural design including rehab, new construction, or a combination thereof. Ancillary environmental work may be associated with these projects. Some projects will include completion of partial designs, including cost estimates, accomplished by in-house (Government) disciplines. Projects will also include design/build proposal packages requiring A-E design review assistance. Some limited Master Planning may be required. Designs must be provided in metric format. The selected firm must have the capability to provide surveying and mapping and geotechnical subsurface investigations. Design drawings shall be delivered in the AutoCAD 2012 format or MicroStation v8 format. The format will be specific to each project and will be specified in the AE scope of work for the specific project. Technical specifications will be produced with SPECSINTACT software using Unified Facilities Guide Specifications. Responses to design review comments will be provided using the Government web-based Design Review and Checking System (DrChecks) located at www.projnet.org. The normal task order can be expected to be in the range of $50,000 to $200,000 for projects with normal construction values of less than $3 million. There may be rare exceptions for larger projects. The majority of the work will be located in Central or South America or the Caribbean Islands; however work may be located in the southeastern United States and other locations that may be assigned to the Mobile District and South Atlantic Division, U.S. Army Corps of Engineers.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-14-R-0006/listing.html)
 
Record
SN03465961-W 20140816/140815000318-46c88d01b54369527a980f3f4185e294 (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.