Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2012 FBO #3924
MODIFICATION

C -- A-E services for various civil works projects and support for other agencies.

Notice Date
8/20/2012
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District St. Louis, ATTN: CEMVS-CT, 1222 Spruce Street, St. Louis, MO 63103-2833
 
ZIP Code
63103-2833
 
Solicitation Number
W912P9-12-S-ACR2
 
Response Due
8/31/2012
 
Archive Date
10/30/2012
 
Point of Contact
Judy Kibler, 314-331-8521
 
E-Mail Address
USACE District St. Louis
(judith.a.kibler@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Synopsis: 1. This is a SOURCES SOUGTH SYNOPSIS. This synopsis neither constitutes a Request for Proposal, nor does it restrict the Government to an ultimate acquisition approach. This synopsis should not be construed as a commitment by the Government for any purpose. Requests for a solicitation will not receive a response. The St. Louis District, Corps of Engineers is seeking to identify SMALL BUSINESS FIRMS qualified and experienced in the North American Industry Classification System (NAICS) code of 541330 for Engineering Services. This sources sought synopsis is a market survey being conducted to identify firms for participation in the A-Eservice contract evaluation process in accordance with the Brooks Act as implemented in FAR Subpart 36.6. A contract will run for five (5) years for a total value not to exceed $9,000,000. The District may award additional Indefinite Quantity Indefinite Delivery (IDIQ) contracts to perform work that may also be encompassed by this announcement. 2. PROJECT INFORMATION: A-E services are required for various civil works projects and support for other agencies. The primary A-E service capabilities desired include the following types of projects and related skills and experience: a)Inland Marine Transportation System locks and dams, channel, and harbor projects: the rehabilitation of existing facilities and the design of new facilities. The A-E must have competencies for design of both in-the-dry and in-the-wet construction methods, design for prefabricated and lift-in construction methods, analysis and design of hydraulic steel structures (to include expertise in fracture and fatigue design, detailing, and inspection), design of machinery systems, and design of electrical systems (to include PLC control systems.) b)Flood Risk Management projects, to include levees, floodwalls, pumping stations, and channels: the rehabilitation of existing systems; the formulation, conceptual design, and final design of new systems (including all environmental aspects) involving primarily riverine flooding; and assessments of existing systems. c)Other Civil Works projects: a variety of projects such as dredging, ecosystem evaluation and restoration, parking lots, roadways, buildings, bridges, erosion protection, recreation trails, water/wastewater structures, hydrologic or hydraulic related projects, and geotechnical related projects. Work would include the rehabilitation of existing facilities and new design of proposed facilities. Incidental services may include HTRW investigations and analysis; alternative assessments; NEPA documentation, formulation, and evaluation; architecture; and surveying and mapping. d)The services are primarily within the St. Paul, Rock Island, and St. Louis Districts' boundaries (all or portions of MN, ND, SD, WI, IL, MO and IA). However, individual task orders may be for work within the entire Mississippi Valley Division (MVD). Services provided under this contract will include, but are not limited to: i)Preparation of preliminary and final designs, including preparation of drawings using computer-aided design and drafting (CADD), and delivering the two or three-dimensional drawings in Bentley's MicroStation software, Release V8i (or later), Microsoft Windows electronic format. Development of civil, structural, mechanical, electrical and architectural three-dimensional models may be required with the capability of displaying the models on two-dimensional drawings. Development of Building Information Models (BIM) in Bentley's Microstation software Release V8i (or later), Microsoft Windows electronic format may be required. Drawings must be in compliance with A/E/C CADD Standard Release 4.0, available at the following Internet site: http://tsc.wes.army.mil/. Drawing delivery will be required in dgn and PDF format with the possibility of transitioning to PDF format. All GIS data (including geospatial data acquisition and map development for use in a GIS) shall conform to the most current release of the SDSFIE; ii)Preparation of specifications in Standard Generalized Markup Language (SGML) using the Unified Facilities Guide Specifications (UFGS) produced using SpecsIntact version 4.5 (or later) software; iii)Preparation of quantity take-offs and MCACES cost estimates using MII 4.1 (or later) software; iv)Performance of cost estimating risk analyses using Crystal Ball version 11.1.1.3.00 (or later) software; v)Geotechnical exploration, testing, preliminary and final design and reports, construction contract drawings and specifications. Preparation of computer-generated geotechnical databases using gINT V8i (or later) and Data Forensics RapidCPT, as required; vi)Construction engineering services including shop drawing review, contract modifications, engineering advice during construction, and field inspection; vii)Preparation of Operation and Maintenance manuals; viii)Hoist design; ix)Bridge inspection; x)Utility design; xi)Construction scheduling services including use of Primavera and MS Project scheduling software; xii)Inspection, evaluation, and reports on completed projects; xiii)Value engineering; xiv)Site master planning; xv)General structural inspection and welding inspections; xvi)Analysis of abnormal operation of equipment or systems including analysis of operation anomalies. 3. Any information submitted by respondents to this sources sought is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this Sources Sought Synopsis. Interested contractors should submit one (1) copy of a Capability Statement that exhibits clear and convincing evidence of your firm's capabilities/experiences to perform the listed tasks. The capability statement is not to exceed 5 pages (front and back). The statement must provide a summary of relevant experience and knowledge that addresses the scope in this synopsis. Responses must be received no later than 2:00 p.m., Central Standard Time, August 31, 2012, to the following address: Contracting Division, Attn: Judy Kibler, St Louis District, Corps of Engineers, 1222 Spruce Street, St Louis, Missouri, 63103-2833 or e-mail to www.Judith.A.Kibler@usace.army.mil or Archie.C.Ringgenberg@usace.amry.mil Fax will be accepted to 314-331-8587. Please direct any questions on this announcement to Archie Ringgenberg, Supervisory Contracting Officer, 314-331-8505.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6d186c1b11550fa7d8bb0846e5f0854d)
 
Place of Performance
Address: USACE District St. Louis ATTN: CEMVS-CT, 1222 Spruce Street St. Louis MO
Zip Code: 63103-2833
 
Record
SN02847083-W 20120822/120821000017-6d186c1b11550fa7d8bb0846e5f0854d (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.