SOURCES SOUGHT
C -- Architect Engineer Services - Dam Safety
- Notice Date
- 8/9/2013
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USACE District, Huntington, ATTN: CELRH-CT, 502 8th Street, Huntington, WV 25701-2070
- ZIP Code
- 25701-2070
- Solicitation Number
- W91237-13-R-SS04
- Response Due
- 8/26/2013
- Archive Date
- 10/8/2013
- Point of Contact
- Erin Bradley, 304-399-5169
- E-Mail Address
-
USACE District, Huntington
(erin.e.bradley@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 1.R 2.0809 3.13 4.96CE 5.25701-2070 6.Huntington District, Corps of Engineers, 502 8th Street, Huntington, WV 25701-2070 7.Architect Engineer Services - Dam Safety 8.W91237-13-R-SS04 9.082613 10.Erin E. Bradley, Contract Specialist, 304-399-5169 11.N/A 12.N/A 13.N/A 14.N/A 15.N/A 16.This is a SOURCES SOUGHT notice only for Market Research to determine the availability of small business firms for a potential small business set-aside contract. This notice neither constitutes a solicitation announcement, nor does it restrict the Government to an ultimate acquisition approach. NO AWARD will be made from this Sources Sought. NO SOLICITATION OR TECHNICAL SCOPE OF SERVICES IS AVAILABLE AT THIS TIME. It should not be construed as a commitment by the Government for any purpose. Responses to this Sources Sought notice will be used by the Government to make appropriate acquisition decisions. The purpose of this announcement is to gain knowledge of potential qualified small business sources for a Multiple Award Task Order Contract (MATOC) for engineering, design and related services. Work for this contract would be required for any project assigned to organizations within the USACE in the Continental United States (CONUS). The A/E services to be provided under this contract will be multidisciplinary in nature to support our mission to plan, design, construct, modify, operate and control reservoirs and dams, flood damage reduction projects, navigation projects, rehabilitation projects and Support for Others type projects. The A/E will be required to provide the appropriate personnel, materials, equipment, management, quality and cost controls to perform all phases of engineering, environmental and architectural services to include, but not limited to, planning, engineering investigations/studies; risk assessments; designs; reports; construction plans and specifications; preliminary cost estimates; general construction and engineering type surveys; and related services; Computer-Aided Design and Drafting (CADD); and construction inspection/quality assurance. Capabilities will be evaluated solely for the purpose of determining whether or not to set-aside for the small business community or to conduct this procurement as an other than small business procurement. Other than small businesses may respond to this NOTICE in the event the market does not indicate small business interest. However, preference will be given to small business categories. The Government must ensure there is adequate competition among the potential pool of available contractors. The North American Industrial Classification System Code (NAICS) is 541330, which has a size standard of $14 million in average annual receipts. The task orders will generally be $10,000 to $500,000. The following requests are designed to apprise the US Army Corps of Engineers, Huntington District, of any prospective A/E's' project execution capabilities. Please provide your response to the following. The submission is limited to 20 pages. 1) Offeror's name, address, point of contact, phone number, and e-mail address. 2) Offeror's interest in proposing on the solicitation when it is issued. 3) Offeror's capability to perform a contract of this magnitude and complexity and comparable work performed within the past 5 years based on the below criteria. (a) Specialized Experience and Technical Competence: Describe your firms' specialized experience with respect to (listed in descending order of importance): (1) Dam Safety Design and Analysis - Experience with Risk Assessments, Issue Evaluation Studies, Dam Safety Modification Studies, Modification Alternatives Development and Evaluation, Design Documentation Reports, Rehabilitation Reports, Plans and Specifications, Engineering Support During Construction. (2) Flood Damage Reduction Engineering - Planning and Design of floodwalls, levees and appurtenant structures (3) Navigation and Waterway Engineering - Planning and Design of Navigation projects and appurtenant structures. (4) Civil Engineering - Civil site layout (preparation of applications for NPDES, as well as, construction permits, performing civil site layout to derive a reasonable and logical sequence of construction activities). (5) Other Engineering, Architectural and Planning Services - Hydrologic and Hydraulic Studies Electrical/Mechanical Design and Analysis Structural Analysis and Design Educational (K-12) and Public Buildings Sanitary and Water Projects Bridge Design and Inspections Roadway Design and Analysis Residential and Commercial Floodproofing Planning Studies Ecological Stream Restoration and Natural Remediation and Related Services (b) Professional Qualifications: Describe the professional qualifications of your firm. Provide the number and qualifications of registered professional personnel in the following key disciplines listed in descending order: Geotechnical Engineers, Geologists, Structural Engineers, Civil Engineers, Hydraulic Engineers, Mechanical Engineers, Electrical Engineers, Specification Writers, Estimators, Sanitary Waste Engineers, Planners, Architects, Professional Surveyors, Environmental Engineers, Environmental Geologist, Biologist (Ecologist), Hydrogeomorphologist, Chemist, Industrial Hygienist, Construction Inspector/Quality Assurance and Engineering Technicians (Draftsmen/CADD Operators). Personnel proposed for quote mark Dam Safety Design and Analysis quote mark as described in 16.3 (a)(1) shall be shown in the Levels of Experience listed below. Provide the number and qualifications of the personnel. Level 1 experience includes five to ten (5-10) years of conventional engineering experience for dam/levee safety planning, engineering, design and/or construction in geotechnical, geological, hydraulic, structural, electrical, mechanical or civil engineering. Level 2 experience includes ten to twenty (10-20) years of conventional engineering experience in dam/levee safety, and at least 5 years of risk-based engineering experience in dam and levee systems. Experience should include all that within the Level 1, plus participation on risk analysis teams for dam and levee systems, facilitation or participation in potential failure mode analysis (PFMA), or estimation of conditional probabilities of failure for static, hydrologic, and seismic failure modes, and estimating loss of life and economic consequences. Level 3 experience includes more than twenty (20+) years of conventional engineering experience in dam/levee safety, and at least 5 years of risk-based engineering experience in dams and levee systems. Experience should include all that within Levels 1 and 2, plus leading risk analysis teams, conducting Expert Opinion Elicitation, and constructing event trees or using risk-based models to estimate risks for dam and levee projects. Experience conducting external peer review, quality control review, and consistency of decision and action review of Risk Analysis Reports and corrective action studies for dam and levee modifications is required. (c) Past Performance: Describe your firms' past performance during the past 5 years on similar contracts with respect to cost control, quality of work, ability to work independently and compliance with performance schedules as determined from Past Performance Information Retrieval System (PPIRS) and other sources. Firms must demonstrate ability to design projects within constrained design and construction schedules and funding limitations. (d) Quality Management System: Describe your firms' Quality Management System to include quality control procedures; quality assurance procedures with any subcontracts and procedures for continual improvement and ensuring customer satisfaction. State any experience with the ISO 9001 standard and the DrChecks automated comment and response system. (e) Capacity: Describe your firms' capacity to perform approximately $2,000,000.00 in work for the required type in a one-year period and accomplish the anticipated work in an efficient manner. 4) Offeror's verification that they are certified by the Small Business Administration (SBA). The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. The Government is seeking short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or existing marketing materials may also be submitted with the Capabilities statement. Submission of a Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This posting is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition to small businesses. Offers that do not meet all requirements or submit within the allotted time will not be considered. Firms are hereby encouraged to make known their interest in this type of work. Electronic submission via email are preferred. Please email or fax your qualification statement to erin.e.bradley@usace.army.mil, fax: (304) 399-5281 by close of business of August 26, 2013. 17.N/A 18.N/A
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA69/W91237-13-R-SS04/listing.html)
- Place of Performance
- Address: USACE District, Huntington ATTN: CELRH-CT, 502 8th Street Huntington WV
- Zip Code: 25701-2070
- Zip Code: 25701-2070
- Record
- SN03144539-W 20130811/130809235306-51904ee580ad4eadb3c40e18eed7112e (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 |