COMMERCE BUSINESS DAILY ISSUE OF JULY 18, 2001 PSA #2895
SOLICITATIONS
C -- A-E SERVICES FOR UTILITY IDENTIFICATION AND VERIFICATION FOR IDAHO, WASHINGTON, OREGON, AND MONTANA
- Notice Date
- July 16, 2001
- Contracting Office
- US Army, Corps of Engineers, Seattle District, PO Box 3755, Seattle, WA 98124-3755
- ZIP Code
- 98124-3755
- Solicitation Number
- DACW67-01-R-0019
- Response Due
- September 4, 2001
- Point of Contact
- Sharon Gonzalez, 206-764-3635
- E-Mail Address
- Sharon Gonzalez, Contract Specialist (Sharon.J.Gonzalez@usace.army.mil)
- Description
- 1. CONTRACT INFORMATION Architectural and engineering (A-E) services, procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required for various locations in Washington, Idaho, Montana, and Oregon; and any other area supported by the Seattle District Corps of Engineers. A fixed-price Indefinite-Delivery/Indefinite-Quantity (ID/IQ) contract will be negotiated and awarded with a base period of one year from the date of award with provisions for an additional option year. The maximum annual ceiling is NTE $200,000 per year with the maximum contract amount of NTE $400,000. As requirements arise Task Orders will be issued at NTE $30,000 each. The Standard Industrial Classification (SIC) Code has been replaced by the North American Industry Classification System (NAICS) Code. The NAICS code for architectural services is 541310, which is matched to SIC code 8712. This requirement is 100% Set-Aside for Small Business Concern. For the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $4 million. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http//www.ccr2000.com or by contacting the DoD Electronic Commerce Information Center at 1-888-227-2423. 2. PROJECT INFORMATION Provide Utility Identification and Verification A-E services for Washington, Idaho, Montana, and Oregon. Services required include but are not limited to verification and identification of the locations of existing underground utilities at various project sites supported by the Seattle District. The Government will incorporate this information into site survey documents in order to assist in avoiding existing underground utilities during project construction and verifying locations for new utility tie-ins. Objective is to find a cost effective, safe, neat (small diameter hole), and fast alternative to Seattle District's current method of excavation by either backhoe, power auger and/or hand digging to expose utilities. Services also may include the use of the standard surveying methods and global positioning system (GPS) application, when and where appropriate. Services are required for planning, design and construction of roads, utility systems, airfields, buildings, levees, channels, dams, and other related studies, structures, and facilities. 3. SELECTION CRITERIA See Note 24 for a general description of the A-E selection process. The selection criteria are listed below in descending order of importance. Criteria 1 through 4 are primary. Criteria 5 through 6 are secondary and will only be used as "tie-breakers" among technically equal firms. PRIMARY CRITERIA a. Specialized experience and technical competence of the firm in types of work required including knowledge of the locality of the work to be performed. b. Professional qualifications of firm's staff and consultants to be assigned to this project which are necessary for satisfactory performance of required services. c. Capacity of the firm to accomplish the work in the required time. d. Past performance on DOD, Government, and private industry contracts with respect to cost control, quality of work, and compliance with performance schedules. SECONDARY CRITERIA e. Location of the firm in the general geographic area of the project. g. Volume of DOD contract awards to the prime A-E firm in the last 12 months. 4. SUBMISSION REQUIREMENTS See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit one copy of SF 255 (11/92 edition) and one copy of SF 254 (11/92 edition) for the prime firm and all consultants. Include the firm's ACASS number in SF 255, Block 3b. For ACASS information call 503-808-4591. Submittals should be mailed to the following address U.S. Army Corps of Engineers, Seattle District, Attn Sharon Gonzalez, 4735 East Marginal Way South, Seattle, WA 98134-2385. Submittals by facsimile transmission will not be accepted and will be considered non-responsive. This is not a request for proposal.
- Web Link
- Seattle District, Corps of Engineers, Contracting Page (http://www.nws.usace.army.mil/ct/)
- Record
- Loren Data Corp. 20010718/CSOL008.HTM (W-195 SN50R8N0)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on July 16, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|