SOURCES SOUGHT
C -- Cathodic Protection and Corrosion Control, Naval Facilities Engineering Service Center, Various Locations Worldwide
- Notice Date
- 6/18/2012
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USACE District, Charleston, 69-A Hagood Avenue, Charleston, SC 29403-5107
- ZIP Code
- 29403-5107
- Solicitation Number
- W912HP-12-S-0030
- Response Due
- 7/13/2012
- Archive Date
- 9/11/2012
- Point of Contact
- Walter Gordon, 8433298082
- E-Mail Address
-
USACE District, Charleston
(walter.l.gordon@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Cathodic Protection and Corrosion Control, Naval Facilities Engineering Service Center, Various Locations Worldwide The U.S. Army Corps of Engineers, Charleston District, has a requirement for the above subject Project and intends to award one, one year Indefinite Delivery Indefinite Quantity Contracts for A/E services for Cathodic Protection and Corrosion Control with options for up to four additional periods. The cumulative total of all task orders for the base and option periods shall not exceed $48M. This announcement constitutes a Sources Sought Synopsis (market survey). This is not a Request for Proposal (RFP). This is not a follow-on contract. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The purpose of this Sources Sought synopsis is to determine interest and capability of potential qualified Small Business, Certified 8(a) Small Business, HUBZone Small Business, Woman-Owned Small Business firm and Service Disabled Veteran-Owned Small Business firms relative to the North American Industry Classification Code (NAICS) 541330, The Small Business Size Standard is $14M. To make an appropriate acquisition decision for the above project, the Government will use responses to this sources sought synopsis. Estimated advertisement date: December 2012 - January 2013. Project Information: The purpose of this project is to perform Cathodic Protection and Corrosion Control, Naval Facilities Engineering Service Center, Various Locations Worldwide to include: 1. Engineering services and design for preparation of plans and specifications for construction documents, cost estimates, engineering investigations, studies, inspection, preparation of Operation and Maintenance Manual and associated at site, and Post Construction Award Services (PCAS), and minor repairs in support of investigations and designs for the cathodic protection and corrosion control projects, worldwide for DoD. 2. Preparation of Design-Build Requests for Proposals (RFPs) to be used by the Government for obtaining competitive bids for construction contracts, and preparation of Source Selection Criteria. 3. Engineering Site Investigations shall include, but not be limited to, the following: a. Field Inspections and written evaluations of existing facilities b. Testing of cathodic protection systems. 4. The A-E shall determine and prepare listings of all permits required for each project. The A-E maybe required to submit applications, but will not be required to expend funds for fees for securing of permits. 5. The A-E may be required to provide design support of in-house design work being accomplished by the Government. Note: (1) If the decision is to Set-Aside this procurement for HUBZone Small Business, the contractor shall be required to perform in accordance to 13 Code of Federal Regulation (CFR) SUBPART 126.700. (a) A qualified HUBZone Small Business receiving a HUBZONE contract for general construction must perform at least 15% of the contract either itself or through subcontracts with other qualified HUBZONE Small Business concerns. Note: (2) If the decision is to Set-Aside this procurement for Service Disabled Veteran-Owned Small Business, the contractor shall be required to perform in accordance to Federal Acquisition Regulation (FAR) 52.219-14 Limitation on Subcontracting (b) states, "The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees." If you can meet all of the requirements for this project and the information in the questionnaire, please respond to this sources sought synopsis by email or mail to U.S. Army Corps of Engineers, Charleston District, Contracting Office; Attention: Lauri Newkirk-Paggi, 69A Hagood Avenue, Charleston, SC 29403. The e-mail address for Lauri is lauri.j.newkirk@usace.army.mil. Email is the preferred method when receiving responses to this synopsis. Response must be received no later than 2:00 P.M. Eastern Standard Time, on 13 July 2012. Please submit the following information and the information required in the attached worksheets: 1. Data Universal Numbering System (DUNS) & Commercial & Commercial and Government Entity (CAGE) (This information can be obtained from your Central Contractor Registration). 2. Name of firm w/address, phone and fax number, and point of contact. 3. State if your company is a certified 8(a), Small Disadvantaged Business, HUBZone Small Business, Woman Owned Small Business or Service-Disabled Veteran Owned Small Business. 4. Please indicate whether your firm will submit a bid for this project, if this project is set-aside for 8(a), HUBZone Small Business, Service-Disabled Veteran-Owned Small Business, Woman Owned Small Business or other Small Business. 5. Qualification: Responses to this sources sought synopsis shall indicate specialized experience and technical competence in performing operations in connection with placing into successful operation a complete dry-type fire suppression system. Provide documentation for your firm on past or similar efforts as a prime contractor 6. Submission Requirements: Firms submitting responses shall provide information on the most recent up to three projects that prove you can meet the qualification criteria listed above, with contract number, project location, description of work requirements, contact and phone number for each effort, and other references. Firms should also indicate all applicable personnel and sub-contractors proposed to work on the contract. Proof of Small Business Administration (SBA) registration 8(a) and HUBZone Small Business shall be provided with this response. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, may not be used to assist the Government in the acquisition decision, which is the intent of this sources sought announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4ee1d46d3f1aceff423eb5fd0b610acb)
- Place of Performance
- Address: USACE District, Charleston 69-A Hagood Avenue, Charleston SC
- Zip Code: 29403-5107
- Zip Code: 29403-5107
- Record
- SN02779001-W 20120620/120618235342-4ee1d46d3f1aceff423eb5fd0b610acb (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 |