SOURCES SOUGHT
C -- Sources Sought for the potential use of A-E Design & Inspection Services
- Notice Date
- 3/9/2020 6:56:17 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US ARMY ENGINEER DISTRICT HUNTINGTO HUNTINGTON WV 25701-5000 USA
- ZIP Code
- 25701-5000
- Solicitation Number
- W91237-20-R-SS11
- Response Due
- 4/3/2020 2:00:00 PM
- Archive Date
- 04/18/2020
- Point of Contact
- Kristin D. Blake, Phone: 3043995693
- E-Mail Address
-
kristin.d.blake@usace.army.mil
(kristin.d.blake@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 1. This is a SOURCES SOUGHT notice to determine the capabilities of small business firms for a small business set-aside.� This notice does not constitute a solicitation announcement, nor does it restrict the Government to an ultimate acquisition approach.� NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS are available for this notice. The Government will use the responses to this SOURCES SOUGHT notice to make acquisition decisions.� Small businesses are strongly encouraged to review this SOURCES SOUGHT and submit according to the directions in this notice. The purpose of this notice is to gain knowledge of potentially qualified small business sources to include small businesses in the following categories: Small Business, Small Disadvantaged Business, Certified HUBZone, Woman-Owned, and Service-Disabled Veteran-Owned. The work would be required for projects within the Great Lakes and Ohio River Division of the US Army Corps of Engineers, which includes Buffalo, Chicago, Detroit, Huntington, Louisville, Nashville and Pittsburgh District, though will primarily occur through the Huntington District.� The A/E design services to be provided under this contract will be multidisciplinary in nature including, but not limited to Structural, Civil Site, Relocations, Electrical, Mechanical, Architectural disciplines. The types of services includes: bridge inspection, hydraulic steel structure inspection, design reports, design analysis, Plans and Specifications, material quantities, cost estimates, schedules, field work, and engineering during construction to support our mission.� These projects include flood damage reduction projects, navigation projects, environmental restoration projects, recreation, and Support for Others Federal, State, and Local Agencies.� The A/E will be required to provide the appropriate personnel, materials, equipment, management, and quality control to perform these services.� This includes, but not limited to, providing experts and expert services, inspections, modeling, forensic analysis, planning, engineering investigations/studies; risk assessments; designs; reports; peer reviews, expert opinion elicitations, failure modes analyses, CADD, and related services. Only small businesses will be considered for this SOURCES SOUGHT.� 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 $16.5 million in average annual receipts.� The Indefinite Delivery Contract(s) (IDC) may be up to $10 million, if all options are exercised.� The task orders will generally be between $20,000 and $2,000,000.� It is likely possible that multiple task orders may be ongoing at the same time. Contractor staff and experts must be able to meet security clearance requirements as defined in Homeland Security Presidential Directive 12 �Policy for a Common Identification Standard for Federal Employees and Contractors.� The following requests are designed to apprise the US Army Corps of Engineers, Huntington District, of any prospective small business A/E�s' project execution capabilities.� Please provide your response to the following.� The submission is limited to 20 pages front and back. � 1) Offeror's name, address(es), point of contact, phone number, and e-mail address.� 2) 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:� bridge design and inspections, hydraulic steel structure design and inspections, structural design, civil site design and layout, roadway design, utility relocations, electrical design, mechanical design, vertical building design, Independent Expert Peer Reviews, develop and evaluate repair alternatives, preparation of Design Documentation Reports, Rehabilitation Reports, and Plans and Specifications. (b) Professional Qualifications:� Describe the professional qualifications of your firm.� Provide the number and qualifications of registered professional personnel in the following key disciplines, including years of actual specialty experience, listed in descending order: Structural Engineers, Civil Engineers, Mechanical Engineers, Electrical Engineers, Architectural, and Engineering Technicians (Draftsmen/CADD Operators). Personnel proposed for this contract 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� design and/or construction in, structural, civil, electrical, or mechanical engineering. Level 2 experience includes ten to fifteen (10-15) years of conventional engineering experience in engineering design.� Experience should include all that within the Level 1, plus experience in bridge inspections and hydraulic steel structure inspections.� Level 3 experience includes more than fifteen (15+) years of conventional engineering experience engineering design.� Experience should include all that within Levels 1 and 2, plus bridge and hydraulic steel structure design experience.� (c) Past Performance: Describe your firms� 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 the Contract Performance Assessment Reporting System (CPARS). (d) Capacity: Describe your firms� capacity to perform approximately $2,000,000.00 through multiple task orders, in a one-year period, and accomplish the anticipated work in an efficient manner. �Prime contractor must have in-house experience in bridge inspections and hydraulic steel structure inspections, structural design, and civil site design and layout. 3.� Verification of Small Business Administration (SBA) certification(s). The Government is seeking short statements regarding the company's ability to demonstrate existing expertise and experience in relation to the areas specified herein.� Commercial brochures or existing marketing materials may 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 shall not 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 outlined in this SOURCES SOUGHT or submit within the allotted time will not be considered. Firms are strongly encouraged to make known their interest and experience in this type of work.� Electronic submission via email is preferred.� Please email or fax your qualification statement to Kristin.D.Blake@usace.army.mil, fax: (304) 399-5693 by close of business of April 3, 2020.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a0d5198d0b6b4997a08383f5c070a7c7/view)
- Place of Performance
- Address: Huntington, WV 25701, USA
- Zip Code: 25701
- Country: USA
- Zip Code: 25701
- Record
- SN05583636-F 20200311/200309230159 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |