SOURCES SOUGHT
C -- Washington Aqueduct AE IDIQ
- Notice Date
- 11/9/2015
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
- ZIP Code
- 21203
- Solicitation Number
- W912DR-16-R-0008
- Archive Date
- 12/15/2015
- Point of Contact
- Andrei Tobias, Phone: 410-962-3131
- E-Mail Address
-
Andrei.tobias@usace.army.mil
(Andrei.tobias@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Responses are due no later than 2:00 p.m. eastern standard time December 07, 2015. This is a Sources Sought Notice, and is for informational/ market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. The U.S. Army Corps of Engineers, Baltimore District (hereinafter the Baltimore District), seeks to determine the interest, availability, and capability of potential sources to satisfy an upcoming requirement. The Baltimore District requests capability statements from Small Business, Certified 8(a), Certified HUB Zone, Economically Disadvantaged Women-Owned Small Businesses and Service-Disabled Veteran-Owned concerning the potential project described below. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. Project Description: A-E Indefinite Delivery Contracts, Washington Aqueduct, Washington, DC. The solicitation will be for multiple Indefinite Delivery Contracts to provide multi-discipline A-E services to support the Washington Aqueduct. The Baltimore District plans to award up to four (4) contracts. The NAICS code is 541330 and the standard size is $4.5M. Each contract will have a duration for 5 years. The total contract value is $3,500,000 per contract. The requirement is for a broad range of planning, engineering design and support activities. Services shall include, but are not limited to, planning; design; studies; investigations; process evaluations; facility evaluations; analysis; compliance activities and training in all of the following areas: Regional Coordination of Joint Use Water Sources and Studies; Master Planning for Water Treatment Facilities; Regulatory Compliance Related to Drinking Water; Environmental Compliance including, but not limited to, NEPA, EPCRA, CAA, CWA, Historic Preservation USEPA Standards, DC Department of the Environment Standards and MDE Standards; Drinking Water Quality and Treatment Technology in all aspects of water treatment including, but not limited to: source water quality and protection; flocculation/sedimentation; filtration; disinfection; waste stream handling; chemical strategies; infrastructure; Civil Design; Geotechnical Investigations and Design; Architectural Design; Structural Design; Mechanical Design; Electrical Design; Control and Instrumentation Design (SCADA); Computer Aided Drafting and Scanning; Cost Analysis and Estimating; Surveying; Facility Security; Public Information Communication; Water Treatment Plant (WTP) Operations and Maintenance (O&M) Support; Facility Staff Support Training; Engineering Support Staff. NO AWARD will be made from this SOURCES SOUGHT NOTICE. NO SOLICITATION IS AVAILABLE AT THIS TIME. All Interested Small Businesses, Certified 8(a), Certified HUB Zone, Economically Disadvantaged Women-Owned Small Businesses, and Service-Disabled Veteran-Owned Small Businesses should respond to this survey via email. Responses should demonstrate specialized experience and technical competence in: (1) Expertise in water treatment technology; (2) Preparation and development of engineering studies, design and construction documents for capital projects and to professionally seal plans and specifications; (3) Design of renovations to existing facilities (with limited new construction) of various types and sizes related to water treatment plants (WTP) and their appurtenant facilities; (4) Experience with large task order contracts and ability to handling multiple large task orders simultaneously, and producing quality work, within the required time and the project budget; (5) Application of construction cost controls through appropriate design and construction techniques on complex projects during fluctuating markets to insure projects remain within budget; (6) Coordination, submissions and presentations to the State Historic Preservation Office, National Capital Planning Commission, and the Commission of Fine Arts; (7) Experience with the preparation of NEPA documents; (8) Experience with the preparation of environmental documents related to water treatment facilities, including CAA, CWA, asbestos and lead paint surveys; (09) Experience with post design construction management services including but not limited to shop drawing reviews, site visits and technical assistance during construction; (10) The ability to provide temporary on-site staff for specialized activities such as project management, civil design, structural design, electrical design, mechanical design, environmental design and CADD design; (11) Experience with storm water management and erosion and sedimentation control in various jurisdictions; (12) Topographic surveys, soil surveys, and subsurface exploration including associated testing; (13)Ability to obtain all necessary permits. (14) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules; (15) Geographic location. This criterion will take into account the location of the firm, which must establish an office staffed by a principal within 75 miles of the Baltimore District, Washington Aqueduct Division (WA) Office. WA office is located at 5900 MacArthur Boulevard, NW, Washington DC 20016. Narratives shall be no longer than ten (10) pages. Comments will be shared with the Government and the project design team, but otherwise will be held in strict confidence. Comments may be in any format, but must include the offerors' name, address, phone number, email address, and business classification (i.e., 8(a) HUBZone, etc). Responses are to be sent via email to Andrei.tobias@usace.army.mil or hard copy to U.S. Army Corps of Engineers, 10 S. Howard Street, Room 7200-D, Baltimore MD 21201-1715 no later than 2:00 p.m. eastern standard time December 07, 2015.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-16-R-0008/listing.html)
- Place of Performance
- Address: Washington Aqueduct, Washington, District of Columbia, 20016, United States
- Zip Code: 20016
- Zip Code: 20016
- Record
- SN03941826-W 20151111/151109234143-a00f4c1d3a1795f85b20e9aafb204ff8 (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 |