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 -- Market Survey (Sources Sought) for General Architect-Engineer (A-E) for Primarily Navigation, Coastal Flood Risk Management and Ecosystem Restoration Projects in the NAN/NAD Region

Notice Date
3/13/2020 11:42:54 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W2SD ENDIST NEW YORK NEW YORK NY 10278-0004 USA
 
ZIP Code
10278-0004
 
Solicitation Number
W912DS20S0014
 
Response Due
3/30/2020 11:00:00 AM
 
Archive Date
04/14/2020
 
Point of Contact
sandra schenning, Phone: 9177908177
 
E-Mail Address
sandra.l.schenning@usace.army.mil
(sandra.l.schenning@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Market Survey (Sources Sought) for General Architect-Engineer (A-E) for Primarily Navigation, Coastal Flood Risk Management and Ecosystem Restoration Projects in the NAN/NAD Region This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. The U.S. Army Corps of Engineers, New York District is conducting a market research to facilitate a determination of the acquisition strategy for this procurement. The determination of the acquisition strategy for this procurement lies solely with the Government and will be based on market research and information available to the Government from other sources. The New York District is conducting this market research to identify businesses which have the capability to perform navigation and flood damage projects including coastal and inland storm damage reduction projects. NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS NOTICE. 1. CONTRACT REQUIREMENT: The anticipated contract, when solicited, will be procured in accordance with the Brooks Architect-Engineer Act as implemented in FAR subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for all of the required work. This procurement will be conducted under the North American Industrial Classification System Code (NAICS) 541330, Engineering Services. The Small Business size standard for this code is $16,500,000.00. To be considered a Small Business under this NAICS codes, the respondent's average revenue for the last three fiscal years cannot be more than $16,500,000.00. If the respondent's average revenue for the last three fiscal years is over $16,500,000.00, the respondent is not considered a Small Business. All respondents MUST identity their business size relative to the NAICS code. Respondents are required to state whether the firm is a Large Business, Small Business, 8(a) Program Participant, HUBZone Small Business, Small Disadvantaged Business, Women-Owned Small Business, Veteran- Owned Small Business, or Service Disabled Veteran Owned Small Business. When the requirement is solicited, firms will be selected for negotiation based on demonstrated competence and qualifications for all of the required work. The Government anticipates issuing a Multiple Award Task Order Contract (MATOC) for AE services and includes a target of three (3) reserved IDC�s. Each IDC will have a duration of five (5) years and a maximum of 60 months and will not include optional time periods. Three (3) anticipated contracts will share a total capacity not to exceed $50,000,000. If the contract is set-aside for Small Business, , FAR 52.219-14, Limitation on Subcontracting, will be included in the contract. This clause requires that at least 51 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern or of a concern of a subcontractor that is a registered similarly situated entity. 2. PROJECT INFORMATION: This contract will provide architect and engineering services for navigation projects, coastal storm risk management projects and ecosystem restoration and mitigation projects. This includes, but is not limited to, preparation of studies, reports, design documents, plans, specifications, cost estimates; flood damage and benefit analysis; navigation design and procedures, channel designs, blasting and subsurface investigations, remote sensing, underwater drilling, geotechnical engineering and geophysical investigations; coastal engineering, shore protection, design and restoration improvements in coastal and coastal inlets, including aerial photography, and project report preparations, The project area is primarily within the New York District boundaries and other Corps of Engineers locations within �NAD/MSC� boundaries. 3. QUALIFICATIONS: All interested firms are encouraged to respond to this notice and may respond to this announcement by submitting a capability statement which addresses the following key areas: Demonstrated experience in the following: � Navigation design which includes but is not limited to the following: Channel design; subsurface investigations; marine blasting; mechanical removal of rock (blasted and unblasted); noise and vibration monitoring due to the dredging and blasting activities; stability and design of structures and utilities; feasibility studies; and design documents of deep draft and shallow draft projects. � Coastal storm risk management projects related to but not limited to the following: design and restoration improvements in coastal and coastal inlet. This may include aerial photography; land and marine surveys; deploying and servicing wave gages and other instrumentation; subsurface investigations and analyses; geotechnical and structural analysis; and/or storm damage surveys; preparation of studies; preparation of construction plans and specifications, development of coastal and environmental monitoring programs (for shore protection projects), environmental assessments/analyses. � Ecosystem restoration and mitigation, which includes but is not limited to the design of tidal and fresh water wetlands. � Competence in appropriate data collection and processing methods, including but not limited to the deployment and monitoring of tide and other gauges � The collection and processing of tide data to determine local tidal means; the development of a water budget, the collection of bio-benchmarking data; the development of hydrologic and hydraulic (H&H) analysis; the evaluation of planned wetlands (EPW) analysis. � Competence in developing designs and specifications for ecosystem restoration and mitigation projects, including but not limited to establishing appropriate design elevations for proposed vegetation communities, plant species selection, construction schedule and sequencing, construction support services and develop a postconstruction monitoring plan, using USACE approved CADD and design software4. 4. SUBMISSION REQUIREMENTS: All interested firms are encouraged to respond to this notice and may do so by submitting a capabilities statement. The capabilities statement is limited to fifteen (15) pages total and shall include the following information: 1. Firm's name, address, point of contract, phone number and email address. 2. Firm's business size - If a Small Business, identify the Small Business type (Small Business, an 8(a) Program Participant, HUBZone Small Business, Small Disadvantaged Business, Women-Owned Small Business, Veteran-Owned Small Business or Service Disabled Veteran Owned Small Business). 3. Firm�s Part II of their SF 330, including Part II�s of any subcontractors (if applicable). 4. Demonstration of the firm's experience as a prime contractor on projects of similar size, type and complexity within the past five years. List at least 3 completed navigation, coastal and ecosystem projects (total of 9) and include the following information for reach project: a. Agency/Project Owner/Project Sponsor b. Project Title c. Project Location d. Contract Number e. Involved Team Members and Role in Contract (prime or subcontractor) f. Project Description g. Study/Design Cost h. Percentage of Work Self-Performed (if performed as a Joint Venture and/or Mentor-Prot�g�, include which firm was involved and the associated percentage of work performed by each firm) i. Period of Performance, to include start and completion dates j. Construction Contract Amount (if applicable) k. Lessons Learned Additionally, firms must be capable of responding to and working on multiple task orders concurrently. The response must be specific to the qualifications listed above to show that the respondent meets the requirements and possesses the necessary skills and experience. If a response does not show that the respondent meets the qualifications and/or does not possess the necessary skills and experience, the respondent will not be considered by the Government. Again this is not a request for proposal or quotation; there is no solicitation available at this time. A determination by the Government to proceed with the acquisition as a set-aside for 8(a) program, HUBZone, Small Business, etc. or unrestricted is within the discretion of the Government. Responses are to be submitted as a .pdf file. No Hard copies are required. Responses to this Sources Sought are to be sent via email to sandra.l.schenning@usace.army.mil and� stephen.dibari@usace.army.mil. Please respond no later than 2:00 p.m. eastern standard time 15 business days from the posting date in the beta.SAM.gov�website.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fe87adb0ab6c44cfaaa00a3143961e32/view)
 
Place of Performance
Address: New York, NY, USA
Country: USA
 
Record
SN05588872-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.