Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 09, 2020 SAM #6736
SOURCES SOUGHT

C -- IDIQ for A-E Services Planning, Engineering, Design and Construction Phase Services

Notice Date
5/7/2020 11:49:28 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
US ARMY ENGINEER DISTRICT GALVESTON GALVESTON TX 77550-1229 USA
 
ZIP Code
77550-1229
 
Solicitation Number
W912HY-20-S-0030
 
Response Due
6/1/2020 2:00:00 PM
 
Archive Date
06/16/2020
 
Point of Contact
Jeremy Babb, Phone: 4097663900
 
E-Mail Address
Jeremy.Babb@usace.army.mil
(Jeremy.Babb@usace.army.mil)
 
Description
This is a SOURCES SOUGHT announcement; a market survey for information only to be used for preliminary acquisition planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS, AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT. �No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow up information requests. Respondents will not be notified upon request of the sources sought evaluation results. The U.S. Army Corps of Engineers (USACE) - Galveston District (SWG) is conducting market research for anticipated A-E services and intends to solicit proposals for 5-year or greater Indefinite Delivery/Indefinite Quantity (IDIQ) contract(s) on or about 31 August 2020. �Multiple IDIQ contracts are anticipated with an aggregate combined total of approximately $775M in capacity.� The type of set-aside decision(s) to be issued will depend upon the responses to this sources sought announcement and associated market research.� Prior Government contract work is not required for submitting a response under this sources sought.� The scope of A-E services is anticipated to include all types of civil works related engineering areas such as:� flood damage and risk reduction; floodplain modeling; coastal erosion; storm damage risk reduction and beach nourishment; shoreline and stream bank erosion protection; shallow and deep draft navigation; environmental and ecosystem habitat restoration; comprehensive watershed evaluations; infrastructure, and multi-purpose water resources projects. The capabilities of A-E firms would include comprehensive planning, technical analysis, engineering, design, and construction phase services including preliminary studies through feasibility report development; engineering design through detailed plans, specifications, and design analysis/design documentation report preparation; value engineering; technical and biddability, constructability, operability, environmental, and sustainability (BCOES) reviews; documentation for right of entry and right of way; and engineering during construction/construction phase services for both inland and coastal civil works.� This scope of services would also be relevant for similar horizontal projects for the military and Interagency and International Services (IIS) programs. The purpose of this sources sought is to gain knowledge of the interest, capabilities and qualifications of various members of industry, to include the Small Business Community - Small Business, Section 8(a), Historically Underutilized Business Zones (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Woman Owned Small Business (WOSB).� The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB, and WOSB businesses are highly encouraged to participate.� �� The anticipated contract period of performance is for a base of five (5) years or greater with no option periods. The total shared contract capacity is approximately $775M, and multiple IDIQ contracts are anticipated to be awarded. The estimated maximum task order amount is $5,000,000 with the average size task order estimated at $1,000,000. The North American Industrial Classification System (NAICS) Code for this procurement is 541330, A-E Services, which has a small business size standard of $16.5M. Small Business firms are reminded under FAR 52.219-14 (Deviation 2019-O0003), Limitations on Subcontracting.� Firm will not pay more than 50% of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 50% subcontract amount that cannot be exceeded. The most relevant contract work submitted in response to this Sources Sought will include horizontal design and federal government experience. A typical horizontal design project would include geotechnical engineering, site/civil engineering, hydrologic and hydraulic engineering, and structural engineering disciplines and the development of a design deliverable for a civil works related project.� Award(s) for the anticipated A-E service IDIQ(s) will be based on the selection of the most highly qualified firm(s) in accordance with the A-E Brooks Act procedures in FAR 36.6. The official synopsis/solicitation will be issued on beta.SAM.gov. Note that firms must be registered in the System of Award Management (SAM) to be eligible for award of Government contracts. Experience/Capabilities Statement Submission Requirements: 1. The Experience/Capabilities Statement is limited to eight (8) pages (8 � by 11), 12-point font and shall be submitted by email in PDF format with the following file naming convention: YOUR_COMPANY_NAME_SS_W912HY20S0030_EXP_STATEMENT. 2. Provide the firm's name, address, point of contact, phone number, and e-mail address. 3. Provide the Data Universal Numbering System (DUNS), which can be obtained from your System for Award Management (SAM) registration at www.sam.gov. 4. State the firm�s business category (Large Business, Small Business, 8(a), HUBZone, Woman-Owned Small Business, or Service Disabled Veteran Owned Small Business). 5. Identify any teaming arrangements (Joint Venture and/or Mentor-Prot�g�) and the official dates when these teaming arrangements were approved or are anticipated to be approved by the Small Business Administration.� Note that information regarding potential subcontractors is not being requested or evaluated at this time. 6. Provide any general information on the firm's experience/capabilities as they pertain to A-E services and meeting the self-performance requirements.� 7. Provide the number of full-time employees (excluding contract employees), summary of the technical disciplines (e.g. 5 Civil Engineers, etc.), and the firm�s average annual gross revenue over a three (3) year period. 8. Provide up to, but no more than, three (3) project examples of A-E services performed within the past five (5) years relevant to this Sources Sought. �Include the following information, as applicable, for each project: Agency/Project Owner/Project Sponsor Project Title Project Location Contract Number Role in Contract (prime or subcontractor) Project Description Study/Design Cost Percentage of Work Self-Performed (if proposing as a Joint Venture and/or Mentor-Prot�g�, include which firm was involved and the associated percentage of work performed by each firm) Period of Performance, to include start and completion dates Construction Contract Amount (if applicable) � Questions concerning this Sources Sought should be e-mailed to the Contract Specialist, Jessica Loc, at Jessica.R.Loc@usace.army.mil . � PERSONAL VISITS FOR THE PURPOSE OF DISCUSSING THIS SOURCES SOUGHT OR ANTICIPATED SOLICITATION WILL NOT BE ENTERTAINED. � Email your Experience/Capabilities statement to SWG-CT-Supplemental-Proposals@usace.army.mil with W912HY20S0030 in the Subject line. � Firms responding to this sources sought announcement who fail to provide ALL of the required information requested will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought announcement.� The Government will not pay for any material provided in response to this market survey nor return the data provided.� This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation.� The results of this survey will be considered to be in effect for a period of one year from the date of this notice.� � NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. THIS SOURCES SOUGHT CLOSES ON 1 JUNE 2020 at 1600 CT.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b84cf5e7d80c4ff9afeb641038375d5c/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05650848-F 20200509/200507230210 (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.