Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2012 FBO #3998
SOURCES SOUGHT

C -- Engineering and Design Services

Notice Date
11/2/2012
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Chicago, 111 N. Canal, Suite 600, Chicago, Illinois, 60606, United States
 
ZIP Code
60606
 
Solicitation Number
W912P6-13-S-0002
 
Point of Contact
Elizabeth C. Newell, Phone: 312-846-5370
 
E-Mail Address
elizabeth.c.newell@usace.army.mil
(elizabeth.c.newell@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
By way of this Market Survey/Sources Sought Notice, the USACE-Chicago District intends to determine the extent of capable Firms that are engaged in providing the services described hereunder. The responses to this Notice will be used for planning purposes for an upcoming procurement. Therefore, this Notice does not commit the government to contract for any engineering service whatsoever. Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Notice. Responses to this Notice will not be returned. Please be advised that all submissions become Government property and will not be returned. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this Notice. GOVERNMENT REQUIREMENTS: The government has need for engineering and design services. The services will be acquired under one indefinite-delivery, indefinite-quantity task order contract. Engineering and Design Services (NAICS 541330): This work may include preliminary investigations, site assessments, preparation of decision documents and records of decision, design analyses and reports, plans and specifications, construction cost estimates, independent technical reviews, risk and reliability analysis, value engineering, engineering services during construction, construction quality assurance and management, mathematical modeling for structural, electrical, hydraulic, environmental, and groundwater applications, 3D computer modeling and visualization, data management, GIS support, database development and maintenance, oversight of field operations, and construction management support. The work requires professionals in the following fields: hydraulic and hydrology, environmental, architectural, civil, structural, geotechnical, mechanical, electrical, cost, project management and construction engineers to analyze data, perform mathematical and 3D visualization modeling, prepare technical reports, design documentation reports and supplements, prepare plans and specifications, provide cost estimates, conduct independent technical reviews, provide engineering services during construction and assure construction quality. Each of these elements may be required separately or together for the project. Type of work: a) Flood Damage Reduction projects including design for levees, floodwalls, gatewells, pumps, closure structures features and other appurtenant features. b) Great Lakes shoreline structures, revetments, breakwaters, piers, jetties, bulkheads, etc. c) Electrical and Mechanical designs of complex systems for Flood Damage Reduction and Operations and Maintenance projects. Quantity of work: Workload will be approximately $1,000,000 per year over 5 years. The contractor may be required to complete multiple task orders in the range of $50,000 to $500,000 each, with overlapping deadlines SCOPE OF INTEREST: The USACE-Chicago District is searching for contractors that are interested in competing for all of the requirements of Engineering and Design Services described above. REQUESTED INFORMATION: Since this notice is being used to assess the extent of firms interested in fulfilling the government's requirements, this Agency requests that interested contractors respond to the following questions to assist the government in its efforts. 1) Is your company interested in competing for the work described? 2) Is your company currently registered with the System for Award Management (SAM) Database? If not, has it been registered or does it plan to register? 3) In consideration of NAICS code 541330, with a small business size standard in dollars of $14.0 Million, which of the following small business categories is your business classified under, if any? Small Business, Service-Disabled Veteran-Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, Economically Disadvantaged Woman-Owned Small Business, HUBZone Small Business, or 8(a) Business. 4) Is your company currently prohibited from doing business with the Federal Government? Yes / No (If yes, explain.) SUBMISSION OF RESPONSES: Respondents interested in providing a response to this Notice shall provide their submittals to Elizabeth Newell prior to 4:30 p.m. (CDT) on 16 November 2012, via email to: elizabeth.c.newell@usace.army.mil (ensure that the number of the Sources Sought Notice of "W912P6-13-S-0002" is included in the subject line of the email). Or, Respondents are welcome to send their submittals to: Elizabeth C. Newell, Deputy Chief, Contracting Branch, via FAX to: 312-886-5475 (please mark the transmittal form with the sources sought announcement number W912P6-13-S-0002). POINT OF CONTACT for this action is Elizabeth Newell; telephone: (312) 846-5370.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA23/W912P6-13-S-0002/listing.html)
 
Place of Performance
Address: Chicago, Illinois, United States
 
Record
SN02923600-W 20121104/121102233927-9177f008057add47ea90869bd03aa8ea (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.