SOURCES SOUGHT
C -- Up to two Indefinite Delivery Contracts for Multidisciplinary Services (Architectural, Civil, Structural, Mechanical, Electrical, Environmental) for SWF, U.S. Army Corps of Engineers
- Notice Date
- 8/8/2007
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G-07-R-0107
- Response Due
- 9/7/2007
- Archive Date
- 11/6/2007
- Small Business Set-Aside
- Total Small Business
- Description
- SOURCES SOUGHT SYNOPSIS: This is a Sources Sought Synopsis announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS . No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of var ious members of the Small Business Community (Small Business (SB) to include Section 8(a), Historically Underutilized Business Zones (HUBZone), and Service-Disabled Veteran-Owned Small Business (SDVOSB)) to compete and perform a Firm Fixed Price Indefinite Delivery/Indefinite Quantity Contract. The Government is seeking qualified, experienced sources capable of Multidiscipline Design or other Professional Services, procured in accordance with PL 582 (Brooks A-E Act) and FAR Part 36, for engineering, design , and related services to potentially include but not limited to any or all of the following: Engineering Analyses and Design; Corps of Engineers Civil Works & Water Resource Planning; Hydrology and Hydraulic modeling, CADD/GIS/Mapping Services; Surveys; C ultural Resources Investigations; Hazardous, Toxic, and Radioactive Waste Investigations; Environmental Studies; Geotechnical Investigations; Fluvial Geomorphologic and Stream Restoration Studies; Aquifer Recharge; Report Writing; and Independent Technical Review. The work under the Civil Works Program may involve: a. Engineering Analyses and Design- Hydrologic, Hydraulic, Geotechnical, Groundwater, Civil, Structural, and Cost Estimating; b. Corps of Engineers Civil Works & Water Resource Planning - Plan Formulation, Socio- Economic Impacts, Economic Cost-Benefit Analyses, and Management and execution of feasibility-level planning studies of flood damage reduction, environmental/ecosystem restoration, recreation, water quality, water supply, and erosion c ontrol; c. CADD/GIS - CADD and Geographic Information Systems (GIS) services; d. Surveying and Mapping Planimetric, topographic, photogrammetric and bathymetric field and aerial surveys, vertical and horizontal controls, digitally formatted data proces sing, cross-sections, boundary surveys, gradient boundary surveys, construction layout, and G.P.S. surveys. e. Mapping Services - Topographic and bathymetric mapping, and aerial photography to include stereo photogrammetric and LIDR; f. Environmental Stud ies - Conduct environmental studies and planning efforts including but not limited to: forestry, biological/ecological analyses, geology, soils, socioeconomics, outdoor recreation planning, remote sensing, records searches, oversight of field operations, c ommunity relations, public scoping meetings, Work Plans, Health and Site Safety Plans, Sampling and Analysis Plans, detailed project schedules, storm water pollution prevention studies, habitat assessments and mitigation plans; conduct environmental assess ments and Environmental Impact Statements in compliance with NEPA and other environmental laws and regulations; provide Hazardous, Toxic, and Radioactive Waste (HTRW) support for environmental studies/plans, including Phase I and/or Phase II Environmental Site Assessments, to gain environmental compliance with laws and regulations; support for Corps of Engineers coordination with Federal, State and Local regulatory agencies, and other related deliverables; g. Independent Technical Review - Perform technical review of multi-disciplinary projects/studies performed by others; h. Cultural Resources Studies Site identification surveys, evaluation of site eligibility for the National Register of Historic Places (NRHP), artifact recovery and curation preparation, site file and NRHP form preparation, and data recovery planning and implementation; i. Water Resources Planning; j. Feasibility Analysis; k. Flood Damage Redu ction; l. Levees and Channels; m. Fluvial Geomorphology; n. Surveys; o. Hydrology and Hydraulics Modeling; p. Aquifer Recharge and Ecosystem Restoration; q. Environmental Analysis; and r. Ecological Restoration. The Government is requesting that members of the Small Business Community interested furnish the following information: (1) Company name, address, point of contact, telephone number, and email address. (2) Type of Small Business Community member (Small Business (SB), Section 8(a), Historically U nderutilized Business Zones (HUBZone), Service Disabled Veteran Owned (SDV(SB)) , under the North American Industry Classification System (NAICS) code 541330 which contains a size standard of $4,500,000.00. (3) Provide a general statement of your capabil ities. (4) Demonstrate specialized experience and technical competence in the preparation of documentation for Government actions over $100,000 and demonstrate a minimum of three examples within the past 3 years. (5) Demonstrate specialized experience in cultural and natural resources investigations to include NHPA and Section 7 documentation. Include name, address, telephone number, and email address of references. Also, provide a brief description of the cultural and natural resource work performed, c ontract number, total contract value, and period of performance. Contracts must be same or similar to the work described in this announcement. and (6) Describe ability to perform work in various geographic locations and how that pertains to ability to per form nation-wide. Small Business firms are reminded of the requirement to self-perform 50% or greater of the work. Existing and potential Joint-Ventures, Mentor Prot?g?, and teaming arrangements are acceptable and encouraged. Faxed responses to this req uest are preferred and should be sent to: Fax Number: (817) 886-6403 or (817) 886-6410, ATTN: Linda M. Griffith. Any email responses to this request for information should be sent to: TBD and Linda.M.Griffith@swf02.usace.army.mil. ALL QUESTIONS MUST BE SUBMITTED VIA EMAIL OR FAX. The due date and time for responses to this announcement is 4:00 pm local time for Fort Worth, TX, on 07 September 2007.
- Place of Performance
- Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
- Zip Code: 76102-0300
- Country: US
- Zip Code: 76102-0300
- Record
- SN01366102-W 20070810/070808221652 (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 |