Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 15, 2020 SAM #6681
SOURCES SOUGHT

C -- FY21 Unrestricted IDC A-E Geotechnical Services

Notice Date
3/13/2020 7:50:31 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
US ARMY ENGINEER DISTRICT SEATTLE SEATTLE WA 98134-2329 USA
 
ZIP Code
98134-2329
 
Solicitation Number
PANNWD20P0000003423
 
Response Due
3/27/2020 1:00:00 PM
 
Archive Date
04/11/2020
 
Point of Contact
John Scola
 
E-Mail Address
John.P.Scola@usace.army.mil
(John.P.Scola@usace.army.mil)
 
Description
FY21 Unrestricted IDC A-E Geotechnical Services I.�� �SYNOPSIS: a.�� �This is a Sources Sought Synopsis announcement for information only, to be used for preliminary planning purposes. �No proposals are being requested or accepted with this synopsis. This is not a solicitation or a request for proposal (RFP) and no contract shall be awarded from this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. b.�� �The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of interested U.S. Architect-Engineering (A-E) firms who have demonstrated capabilities in meeting the project description listed below, and to address any questions, recommendations, or concerns from Industry. The Government will use responses to this Sources Sought Synopsis to make appropriate acquisition planning decisions. c.�� �The proposed work will be performed under the following North American Industry Classification (NAICS) codes: 541330 for Engineering Services. d.�� �The U.S. Army Corps of Engineers, Seattle District (NWS) anticipates soliciting and awarding a single, Indefinite Delivery Indefinite Quantity (IDIQ) contract under PL 92-582 (the Brooks Act) and FAR Part 36 procurement procedures. Both large and small business A-E firms are encouraged to respond to this Sources Sought announcement. However, if the Contracting Officer determines during the selection process that fewer, or more, contracts are required, the Contracting Officer has the discretion of adjusting that number, or awarding none at all. For size determination, reference 13 CFR 121.104(c). e.�� �Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. f.�� �The IDIQ contract will consist of a three (3) year period of performance (3-year base period and no option period). The total capacity is $5,000,000 ($5.0M) cumulative for the life of the contract. g.�� �Description of Project: This acquisition is a single-award, unrestricted business IDIQ A-E contract for geotechnical-related services primarily for large-scale civil works project sites (dams, levees, etc.) and secondarily for larger or complex military, IIS, and civil works projects. Recurring requirements come from a variety of sources for civil works projects and USACE operating project sites. DoD, IIS, and in-house USACE design projects are included as these customer have frequently funded stand-alone A-E geotechnical investigations of new properties (foundations, tunnels, retaining structures) or damaged sites (slide zones, dam evaluations, soil subsidence, or jacking of structures), which require services from highly qualified geotechnical A-E firms. These are usually not part of a new facility design, such as MILCON projects, and may occur at any phase of project execution. The Government also uses the contract for in-house USACE design projects requiring geotechnical services. NWS task orders under the geotechnical services contract are for specialized geotechnical, seismic, and investigative expertise provided by geotechnical engineers, geologist, hydrogeologists, and hydrologists. Services include the exploration, geologic mapping, sampling, testing, design, and analyses of embankments, foundations for structures and similar facilities, blast design, geophysical exploration, and rock mechanics investigations for one or more project phases, and other services as required by the Government. Projects are primarily located within the USACE Seattle, Walla Walla, and Portland District boundaries of Washington, Idaho, Oregon, and Montana. However, work may be required on projects for other agencies served by the Seattle District. II.�� �REQUIREMENT: a.�� �Responses to this Sources Sought shall be limited to 5-pages and include the following information. Clarifications and/or questions submitted in a separate document will not count toward the 5-page limitation. 1.�� �Offeror�s name, address, point of contact, phone number, and email address. 2.�� �Offeror�s business classification (i.e., small business, small disadvantaged business, woman-owned small business, historically underutilized business zone, 8(a) program, or other-than-small business). 3.�� �Offeror�s interest in the solicitation if it is issued. 4.�� �Offeror�s capability to meet project requirements. 5.�� �Offeror�s Statement of Capability to perform a contract of this magnitude and complexity. Identify whether the work was completed independently as a prime contractor or affiliated with another contract (e.g., joint venture, subcontractor, etc.). If your role was as a subcontractor, describe the design services that your company provided. For each project listed, provide a brief description of the project, customer name, date of performance, customer satisfaction, and dollar value of the project. Provide at least three (3) examples. 6.�� �For Market Research Purposes: If the Offeror is a Large business, please provide anticipated effort (percentage) to be subcontracted to small business(s): Small Business = % Small Disadvantage Business = % Service Disabled Veteran Owned Business = % Woman Owned Small Business = % HUBZone % b.�� �Offerors shall NOT submit an SF330 in response to this Sources Sought announcement. c.�� �Submission of interest is not a prerequisite to any potential future offerings, but participation will assist NWS in identifying sources with required capabilities. If a solicitation is released, it will be synopsized in beta.sam.gov ONLY. d.�� �Interested offerors shall respond to this Sources Sought no later than 1300 hours, Pacific Standard Time, on 27 March 2020. e.�� �All interested firms must be registered in the System for Award Management (SAM) to be eligible for award of government contracts. For information on opening a SAM account, see the following link: https://www.sam.gov/SAM f.�� �Email responses to John Scola, Contract Specialist, at john.p.scola@usace.army.mil. g.�� �Points of Contact: 1.�� �Contracting: John Scola, john.p.scola@usace.army.mil 2.�� �Technical: Harry Ehlers, PE, harald.r.ehlers@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5cf337cca002450b932296c0e108791e/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05588868-F 20200315/200313230144 (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 |
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.