Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 23, 2018 FBO #5936
MODIFICATION

C -- IDIQ FOR MULTI-DISCIPLINE MISCELLANEOUS CIVIL AND MILITARY WORKS DESIGN AND OTHER ARCHITECT AND ENGINEERING (A-E) SERVICES WITHIN THE FLORIDA BOUNDARIES OF THE JACKSONVILLE DISTRICT, PUERTO RICO, AND THE U.S. VIRGIN ISLANDS

Notice Date
2/21/2018
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Jacksonville, P.O. Box 4970, Jacksonville, Florida, 32232-0019, United States
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP18Z0004
 
Archive Date
3/31/2018
 
Point of Contact
Remi Eggers, Phone: 9042321139
 
E-Mail Address
Remi.J.Eggers@usace.army.mil
(Remi.J.Eggers@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Jacksonville District is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for engineering and design services within Jacksonville District's area of responsibility to include Florida, the Commonwealth of Puerto Rico, the Antilles, and the U.S. Virgin Islands The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541330 applicable NAICS code and $15,000,000.00. THERE IS NO SOLICITATION AT THIS TIME. THIS IS A REQUEST FOR INFORMATION ONLY. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, the Small Business Community to include Section 8(a), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned (WOSB) and Historically Underutilized (HUBZone) concerns and Other than Small Business Community. The Government must ensure there is adequate competition among the potential pool of responsible contractors. This project will include engineering and design services for predominantly civil work projects with limited support for military projects and support for other agencies, such as preparation of design reports, engineering studies, cost estimates and construction schedules, calculations/analyses, and construction plans/specifications suitable for use in competitive bidding processes. The work will encompass all types of civil works projects including environmental restoration, flood control, beach renourishment, erosion control, jetties, navigation (including dredging), bridges, site planning, structural design ( including pumps stations, bridges, and water control structures), paving, grading, canals, levees and dams, drainage plans, utility systems design and relocation, and value engineering. The support for military projects will include various types of construction including new, demolition, renovation and repairs related to multiple facility types such as military, commercial, industrial, and logistical. The work will encompass all facets of design including architectural, structural, roofing, carpentry, masonry, mechanical, heating, ventilation and air conditioning (HAVAC), plumbing, electrical and electronic, fire protection or life safety systems, typical interior and exterior finishes, as well as associated site work, utilities, landscaping, security, and force protection. Services will include cost estimates for planning, design, and construction phases, cost risk analyses, quantity takeoffs, development of construction schedules, and labor rate surveys. Preparation of construction cost estimates will require necessary software and hardware platforms to properly run MCACES Second Generation (MII). The MCACES (MII) software will be provided by the U.S. Army Corps of Engineers after contract award. The Contractor will be responsible for the purchase of the associated Cost Book. Work on some projects may require performing topographic surveys by a licensed surveyor as well as geotechnical exploration and analysis. This work will require compliance with SDSFIE (Spatial Data Standard) for GIS and AEC (Architectural Engineering CADD Standard). All CADD products produced under this contract will be required to be submitted in Micro Station format and fully compliant with the AEC CADD standard. Criteria used in allocating task orders among contracts include performance and quality of deliverables under current task orders, current capacity to accomplish the order in the required time, specialized experience, equitable distribution of the work among Contractors, and other relevant factors. The contract will be a period of one year from date of award, with options to extend for four additional years; not to exceed a total of five years. While the estimated dollar amount per year is $2,000,000.00, the actual obligation per year may be greater than or less than the $2,000,000.00. Maximum order limit is $10,000,000.00 for the life of the contract, including options Please provide a Statement of Capability (SOC) stating your skills, experience and knowledge required to perform the specified type of work. This SOC should be a brief description of your company's capability and include, at a minimum: (1) Intent to submit a SF 330 on this project when it is formally advertised; (2) A brief description of your company's capabilities to include information on; (a) Design - Demonstrates specialized experience and expertise in design analysis for all phases of civil engineering and related work for the following types of features: site planning, flood control, structural design (including pump stations, bridges, and water control structures) environmental restoration, canals and levees and dams. Your firm should be able to demonstrate Expertise in the preparation of plans and specifications, technical reports and studies and documentation of design reports. (b) CADD/GIS - Demonstrates specialized experience and expertise in the following software programs: Bentley Systems three- Dimensional MicroStation CADD system and InRoads. Firms shall demonstrate the ability to prepare construction drawings and specifications in digital format. (c) Cost Estimates - Demonstrates specialized experience and expertise in preparation of cost estimates. (d) Qualified Professionals for key personnel to include but not limited to the following disciplines: Architect; Civil; Mechanical; Structural; Geotechnical; Hydraulic and Hydrologic; and Electrical. Their qualifications should show relevant education, training, registrations, and certifications. Firms must have, either in-house or through association with qualified subcontractors, adequate staff with specialized experience and knowledge to perform the work in the required time. Resumes for all key disciplines will be requested later if a solicitation is issued. (3) Provides U.S. Registered Professionals for key personnel. The key personnel must have a professional license in Engineering or Architecture. At least one key personnel must have a professional license for Engineering in the State of Florida. (4) Project managers with at least five (5) years of relevant experience and professional license in Engineering or Architecture. (a) Demonstrates past performance in accomplishment of similar work. Provide brief references of jobs your firm has performed within the past three years on similar type work (include as a minimum the project title, type of work, and dollar amount) "NOTE: Your attention is directed to FAR 52.219-14, limitations on subcontracting which states in part: At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concerns". NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL ON THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. Responses to this Sources Sought Synopsis must be received not later than 4:00PM EST, 15 March 2018 and shall be sent to the attention of Mr. Remi Eggers via e-mail to remi.j.eggers@usace.army.mil; or by mail to U.S. Army Corps of Engineers, Contracting Division, CESAJ-CT-C, 701 San Marco Blvd., Jacksonville, Florida 32207. Question may be sent to Mr. Remi J. Eggers at remi.j.eggers@usace.army.mil or telephonically at 904-232-1139. The submission of this information is for planning purposes only. The Jacksonville District Corps of Engineers does not intend to award a contract on the basis of this Request for Information nor otherwise pay for the information solicited. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP18Z0004/listing.html)
 
Place of Performance
Address: USACE District, Jacksonville, P.O. Box 4970, Jacksonville, Florida, 32232-0019, United States
Zip Code: 32232-0019
 
Record
SN04829580-W 20180223/180221231316-46eed70702d6cccf4217bb5d0e6b6045 (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.