SOURCES SOUGHT
C -- Architect-Engineer (A-E) Services for Hydroelectric Power and Pumping Plant Engineering, Design and Analysis
- Notice Date
- 9/9/2016
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Omaha, Attn: CENWO- CT, 1616 Capitol Ave, Omaha, Nebraska, 68102-4901, United States
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F-16-S-M011
- Archive Date
- 10/13/2016
- Point of Contact
- Jessica R. Jackson, , Melissa Harlon,
- E-Mail Address
-
jessica.r.jackson@usace.army.mil, melissa.r.harlon@usace.army.mil
(jessica.r.jackson@usace.army.mil, melissa.r.harlon@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THE PURPOSE OF THIS SOURCES SOUGHT SYNOPSIS IS TO COLLECT AND UTILIZE THE INFORMATION PROVIDED IN SUPPORT OF MARKET RESEARCH AND ACQUISITION PLANNING PURPOSES ONLY. THIS NOTICE DOES NOT CONSTITUTE A PRE-SOLICITATION NOTICE OF SOLICITATION ISSUANCE. Response to this synopsis is strictly voluntary and will not affect any firm or corporation's ability to submit an offer if and when a solicitation is released. There is no bid package or solicitation document associated with this announcement. The requested information is for market research and planning purposes only and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of contractors' information. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations under Federal Acquisition Regulation (FAR) 3.104. The U.S. Army Corps of Engineers (USACE), Omaha District, has been tasked to solicit for and award an Architect-Engineer (A-E) procurement for Hydroelectric Power and Pumping Plant Engineering, Design and Analysis Services. Omaha District is seeking firms that qualify under the North American Industry Classification System (NAICS) Code 541330 Engineering Services. This industry comprises establishments primarily engaged in applying physical laws and principles of engineering in the design, development, and utilization of machines, materials, instruments, structures, processes, and systems. The assignments undertaken by these establishments may involve any of the following activities: provision of advice, preparation of feasibility studies, preparation of preliminary and final plans and designs, provision of technical services during the construction or installation phase, inspection and evaluation of engineering projects, and related services. This sources sought synopsis constitutes a market research tool for the collection and analyses of inforrmation to determine the competence of interested firms, regardless of size, that are proficient of providing services listed under NAICS code 541330 and are capable of performing work nationwide (CONUS). SCOPE OF WORK The scope of work includes engineering, design and analysis services for USACE Hydroelectric Design Center (HDC) and the Hydropower Analysis Center (HAC) which are located in Portland, Oregon. Services will be performed for projects located at USACE Civil Works Hydroelectric Power and Pumping Plants throughout the nation. The scope of work will include: a. Planning, Engineering and Design for the replacement, refurbishment, or upgrade of major hydroelectric powerhouse and pumping plant equipment (e.g., generators, turbines, governors, exciters, transformers, circuit breakers). b. Engineering and design for the replacement, refurbishment, or upgrade of auxiliary electrical equipment utilized in hydroelectric powerhouse and pumping plants (for example: switchgear, plant controls, metering and instrumentation, data acquisition, protective relaying, low- and high-voltage cables, metal-enclosed buses, surge protection, switchyard equipment, communication systems, and video security). c. Engineering and design for the replacement, refurbishment, or upgrade of auxiliary mechanical equipment utilized in hydroelectric powerhouse and pumping plants (for example: intake and discharge gates and valves; water flow passages; fire detection and protection; insulating and lubrication oil transfer, storage, and purification systems; HVAC systems; elevators, hoists, and cranes; air compressor systems; water treatment and supply systems; and sewage disposal equipment). d. Engineering, design, and CADD for the replacement, refurbishment, or upgrade of structural and civil components and systems utilized in hydroelectric powerhouse and pumping plants (for example: gates, bulkheads, trash racks, fish screens, oil containment, lifting beams, equipment mounts, seismic restraints, and switchyard structures, footings, drainage, and grading). e. Electrical, mechanical, structural, and civil investigations for equipment and facility assessments involving but not limited to reconnaissance, feasibility, and other studies; technical reports; engineering cost appraisals; alternative analyses, including economic assessments; decision documents; FERC/NERC compliance generator, exciter and governor model validation studies, electrical arc flash hazard studies, preparation of plans and specifications; engineering during construction; field and factory inspections and failure/forensic investigations. f. Project management, asset management, economics, and planning analysis of the replacement, refurbishment, or upgrade of hydropower equipment and structural/civil components and systems utilized in hydroelectric powerhouses and pumping plants. Economics and planning analysis for reallocation of reservoir storage. g. Process and procedure development, planning documents, and technical report writing relating to hydropower and large pumping plant industry business practices. SPECIFIC REQUIREMENTS All work must be performed with USACE guidance to State and Federal requirements. In accordance with FAR Subpart 4.1102 contractors are required to be registered in System for Award Management (SAM) prior to award of a contract or agreement that is not specifically exempt. (See SAM website at www.sam.gov). TYPE OF CONTRACT Best practices and lessons learned from past operational success for A-E services for Hydroelectric Power and Pumping Plant Engineering, Design and Analysis contracts include the use of a competed, indefinite delivery/indefinite quantity (IDIQ), fixed price single award task order contract (SATOC). The proposed acquisition will be for A-E services procured using procedures defined in the Brooks Act, the Federal Acquisition Regulation (FAR) and FAR Supplements. Large businesses and all sub-categories of small businesses are being considered during our market research phase. The type of set-aside decision that may be issued depends upon the submittals received from qualified firms in response to this sources sought announcement and associated market research. SUBMISSIONS Interested firms that qualify under NAICS Code 541330 are hereby invited to submit a response to this synopsis to demonstrate their competence to provide the requested services as stated below. THIS SOURCES SOUGHT SYNOPSIS DOES NOT CONSTITUTE A REQUEST FOR A FORMAL PROPOSAL. This notice is provided as information to the marketplace and is an invitation for an expression of interest and demonstration of a firm's capability to perform the anticipated work. The Government will not pay for the provision of any information, nor will it compensate any respondents for the development of such information. All interested, capable, qualified and responsive contractors are encouraged to reply to this market survey request. Prior Government contract work is required for submitting a response under this sources sought synopsis. Capabilities package/response submittal must be received no later than 2:00 Central Standard Time on 28 September 2016. Any information submitted is voluntary. 1. Interested firms having the capabilities necessary to execute the aforementioned scope of work should submit a capabilities package. The submission shall be prepared in Microsoft WORD 2000 or greater, no more than five (5) pages (not including the cover letter), single spaced, 10 point font minimum. 2. A cover letter provided for the capabilities package shall include: a. Firm name, address, DUNS number. b. Firm's point-of-contact to include phone number, fax number, and email address. c. Provide affiliate information as to how you would submit an offer to a solicitation that may develop from this sources sought: parent company, joint venture partners, and/or potential teaming partners. d. Firm's business size status (i.e. Other than Small Business (OTSB), Small Business (SB), Small Disadvantaged Business (SDB), Women Owned Small Business (WOSB), Veteran Owned Small Business, Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone), Section 8(a)); e. A statement verifying if your firm is active under NAICS Code 541330; 3. The capabilities package must demonstrate and address the following: a. Your firm's experience on a minimum of three (3) but no more than five (5) A-E services projects performed within the last five (5) years. Project experience must be for services classified under NAICS 541330. For each project referenced include the following: -the contract number; -customer name; -contract value at award; -whether your firm was the prime contractor, subcontractor, JV participant or as a participant of any other Teaming Arrangement; -show percentage of work performed by your firm and, if applicable, by each firm in a Teaming Arrangement (JV, Key Sub-Contractors, Mentor-Protege); -a Government point of contact with a current telephone number and email address; and -brief description of each project experience listed and how it relates to the scope of work listed above. 4. In addition to the above, the Government requests comments from interested parties to the following questions: a. Would your firm be interested in submitting a proposal considering the anticipated scope of work and geographic area? If not, why? b. What is the average dollar value per task order your firm routinely performs services for? c. What is the average percent of self-performed work your firm may conduct for the types of services listed above? d. Does your firm have any other comments or suggestions that you would like to share with the Government? 5. This sources sought synopsis is for market research and planning purposes only and is not to be construed as a commitment by the Government to pay for information submitted in response to this request. Respondents will not be notified of the results of the market analysis and debriefings will not be available. It is the reader's responsibility to monitor the Government Point of Entry (GPE) via FedBizOpps for any resultant or future solicitation package(s) that may be issued. 6. Results of the market research will be used to satisfy FAR Parts 5, 10, 19, and other applicable parts of the FAR and associated directives and guidance. Specifically, the results of the research will be used to analyze, evaluate, determine and document the capabilities and capacity of contractors to provide services as described in the Scope of Work. The information gathered may be used by the Government in a variety of ways such as to document formal acquisition plans, prepare benefit and cost-type determination and justifications, and to determine industry best practices, technical and acquisition approaches. All interested, capable, qualified (under NAICS code 541330) and responsive contractors are encouraged to reply to this sources sought notice. Please e-mail responses to jessica.r.jackson@usace.army.mil and courtesy copy melissa.r.harlon@usace.army.mil no later than 2:00pm, 28 September 2016. Responses must include in the subject line: RESPONSE TO SOURCES SOUGHT SYNOPSIS W9128F-16-S-M011. Electronic responses via email are required and any information submitted is voluntary. Information requested and received in response to this notice will be used in planning future acquisitions; please do not send in any cost proposals or cost information. The Government will not accept or take into consideration any capability packages that do not adequately address questions 2 through 4 above. Request for proposals, if and when issued, will be available via the Internet at www.fedbizopps.gov. As such, it is the potential offerors' responsibility to monitor the above mentioned site for the release of any additional information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-16-S-M011/listing.html)
- Place of Performance
- Address: USACE, Omaha District, 1616 Capitol Avenue, Omaha, Nebraska, 68102-4901, United States
- Zip Code: 68102-4901
- Zip Code: 68102-4901
- Record
- SN04265509-W 20160911/160911093122-b55b74051c44af824866e69426d2a876 (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 |