Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2004 FBO #0836
SOLICITATION NOTICE

C -- FIXED-PRICE ARCHITECT-ENGINEER CONTRACT FOR PREPARATION OF REQUEST FOR PROPOSAL SOLICITATION FOR FY04 ARKANSAS RIVER CORRIDOR MASTER PLAN FOR TULSA COUNTY, OKLAHOMA

Notice Date
3/9/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
 
ZIP Code
74128-4609
 
Solicitation Number
W912BV-04-R-2010
 
Response Due
4/13/2004
 
Archive Date
6/12/2004
 
Point of Contact
Diedrie Hurd, 918-669-7272
 
E-Mail Address
US Army Engineer District, Tulsa
(Diedrie.Hurd@swt03.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: A firm fixed-price contract will be negotiated for Architect-Engineer Services to prepare a request for proposal (RFP) solicitation for a FY04 Arkansas River Corridor Master Plan. Delivery method for this project will be two- phase with information from the first phase integrated into the Master Plan. Required services consist of all work related to the preparation of a master plan, environmental studies, infrastructure studies, and plan formulation. This procurement is unrestr icted. The anticipated contract award date is June 30, 2004. All responders are advised that this requirement may be canceled or revised at any time during the solicitation, evaluation, selection, and negotiation, final award date may vary, and final compl etion date may vary. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. For your information, the subcontracting goals for Tulsa District are 60%for small business (SB), 10%for small disadvantaged business (SDB), 10% for woman-owned small business (WOSB), 5% for veteran-owned small business (VOSB), 3% for service-disabled veteran-owned small business (SDVOSB), and 3% for H UBZone. The plan is not required with this submittal. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as dete rmined relative to the employee's office location (not the location of the work). 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:ccr.edi.disa.mil or by contacting the DoD Electronic Commerce Information Center at 800/334-3414. 2. PROJECT INFORMATION: The project consists of a 43 miles of Arkansas River Corridor extending from Keystone Lake Dam to the Tulsa/Wagoner County line. The study shall incor porate the specific needs of communities as expressed through the Vision 2025 bond, public meetings and by direction of the Arkansas River Corridor Advisory Committee. Public meetings will be conducted over several days in a process similar to a charrette . Selected A-E will be required to produce CADD drawings compatible with MicroStation software (5.0 or higher) of Bentley Systems. 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria in descending order of importance a re: A. Experience: 1. Specialized recent experience and technical competence of the A-E firm and/or consultants in the planning and design of river projects. 2. Experience in the plan formulation with consideration to federal authorities 3. Designing with in cost limitations. 4. Design Quality management procedures – coordination between disciplines and subcontractors. 5. Comparable experience of the firm and consultants on projects completed within the last five years will be given the greatest weigh t. B. Past Performance on DoD and other Contracts with respect to cost control, quality of work, compliance with delivery schedules, history of working relationships with consultants, and overall cooperativeness and responsiveness. C. Qualified registered professional personnel with experience in the following disciplines: project management, architecture, electrical, mechanical, fire protection, civil, structural, cost estimating, geotechnical, and surveying. Particular focus will be on the qualifications of the personnel with relevant experience on similar projects. D. Knowledge of site locality and conditions, materials and supplies availability, and applicable regulatory requirements E. Sufficient capacity to complete the RFP by March, 2005. F. Volume o f DoD contract awards in the last 12 months as described in Note 24. 4. SUBMITTAL REQUIREMENTS: See Note 24 for general submittal requirements. Interested firm s having the capabilities to perform this work must submit one copy of SF 255 (and a SF254 for the prime firm and all consultants) to the above address no later than 2:30 p.m., ROOM 350, on April 13, 2004. Solicitation packages are not provided. The SF255 should specifically address the requirements of this announcement. The firm shall present a proposed organization chart and a narrative describing how the organization will function. Those functions to be subcontracted out and to which location shall be clearly identified and at what office (specify the address of the office and key person that is assigned there in Block 7C). Include in your submittal the firm's ACASS number in SF 255, Block 3b. For ACASS information, call 503/808-4590. In SF 255, Bloc k 10, described owned or leased equipment that will be used to perform this contract, as well as CADD capabilities. In Block 10 also indicate the estimated percentage involvement of each firm on the proposed team. Responding firms are requested to provid e the names and telephone numbers of clients as references in their three most recent facility designs from Block 10. Also in Block 10, describe the firm's project-specific quality control plan, including coordination with subcontractors. This is not a r equest for proposal. Cover letters and extraneous materials are not desired and will not be considered. As required by acquisition regulations, interviews for the purpose of discussing prospective contractor's qualifications for the contract will be cond ucted only after the submittal review by the selection board. Interviews will be conducted by telephone. Questions should be addressed to: Ms. Susan Killgore at 918/669-7136, U.S. Army Engineer District, Tulsa, 1645 S. 101st East Avenue, Tulsa, Oklahoma 74128-4609. Personal visits to discuss this contract will not be scheduled.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/COE/DACA56/W912BV-04-R-2010/listing.html)
 
Place of Performance
Address: US Army Engineer District, Tulsa ATTN: CESWT-CT, 1645 South 101st East Avenue Tulsa OK
Zip Code: 74128-4609
Country: US
 
Record
SN00540821-F 20040311/040309230147 (fbodaily.com)
 
Source
FedBizOpps.gov 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.