Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 29, 2024 SAM #8403
SOURCES SOUGHT

99 -- $135M AE Airfield and Railways Suite

Notice Date
11/27/2024 8:09:32 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F25SS0001
 
Response Due
12/18/2024 3:00:00 PM
 
Archive Date
01/02/2025
 
Point of Contact
Jennifer GILBREATH, Phone: 4029963721, Tyler P. Hegge
 
E-Mail Address
jennifer.c.gilbreath@usace.army.mil, tyler.hegge@usace.army.mil
(jennifer.c.gilbreath@usace.army.mil, tyler.hegge@usace.army.mil)
 
Description
SOURCES SOUGHT ANNOUNCEMENT NO. W9128F25SS001 INDEFINITE DELIVERY CONTRACTS FOR ARCHITECT-ENGINEER SERVICES, CONUS AND OCONUS LOCATIONS This is a SOURCES SOUGHT ANNOUNCEMENT FOR ACQUISITION PLANNING PURPOSES ONLY AND IS NOT A PRE-SOLICITATION NOTICE OR SOLICITATION ISSUANCE. Response to this request for information (RFI) is strictly voluntary and will not affect any business's ability to submit an offer, should a solicitation be released. There is no solicitation document associated with this announcement; this is not a request for proposal (RFP). The requested information is for acquisition planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of contractors' information. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations. This RFI constitutes a market research tool for the collection and analysis of information to determine capabilities and capacity of interested contractors. The Omaha District, U. S. Army Corps of Engineers is seeking information from interested, qualified Small Business Community (SBC) members (for example, Small Businesses (SB), 8(a), HUBZone, Small Disadvantaged Businesses (SDB), Service Disable Veteran Owned Small Businesses (SDVOSB), Women Owned Small Businesses (WOSB), as well as other-than-Small Business firms (�Large� businesses) that are capable of providing services under North American Industrial Classification System (NAICS) code 541330 � Engineering Services, which has a small business size standard of $25.5M in annual average gross receipts over the past five (5) years. All qualified, interested, capable firms are highly encouraged to respond to this Sources Sought announcement. SCOPE OF SERVICES The Government has a need to replace existing Indefinite Delivery Contracts (IDCs) for Architect-Engineer (A-E) Services that are nearing their capacity limits in the coming years. The scope of the IDCs is for roads and railways evaluation, design, and construction phase support throughout the Continental United States and worldwide. The types of services include preparation of plans, specifications, and design analysis for the direct design of railroads, roadway pavements, bridges, and specialized railroad support facilities; inspection and maintenance recommendations for railroad tracks and bridges; field and laboratory testing of existing railroad/pavement subgrades; roadway inspections and the use/training of personnel on PAVER Engineering Management Systems for roadways; site investigations, studies, inspections, load ratings, concept design, and construction phase services; specialized consulting services and engineering studies related to the planning, design, construction, and evaluation of railroads and vehicular pavements; and development/updating of transportation systems engineering criteria. TYPES OF CONTRACTS Contracts will be procured in accordance with 40 U.S.C. Chapter 11, Selection of Architects and Engineers, as implemented in FAR Subpart 36.6. It is projected that each contract awarded will have an ordering period of five (5) years from the date of award, via a five-year base period. The combined total contract capacity is anticipated to be approximately $135,000,000 for IDCs awarded. The number of IDCs to be awarded is undetermined at this time. Task orders will be firm-fixed price. Task orders against existing IDCs to be replaced have ranged from approximately $100,000 to $4,000,000. SUBMISSIONS/RESPONSES Responses to this Sources Sought Announcement/RFI shall be limited to five (5) pages in a single PDF document and should include the following information (item numbers (1) through (7) below). Additional pages, cover letters, and extraneous materials are NOT desired. Materials, documents, web links, etc. incorporated by reference in responses will not be accessed by the Government for inclusion; all responses must be self-contained, to address the following items. (1) Firm name, address, point of contact, phone number, and e-mail address. (2) Firm Unique Entity Identifier (UEI) and CAGE Code. (3) Firm business size in relation to NAICS code 541330 Engineering Services, which has a small business size standard of $25.5M in annual average gross receipts over the past five (5) years, as well as socioeconomic categories of small business, if/as applicable. [Items (4) � (7) are generally representative of the primary selection criteria the Government anticipates using for this acquisition, although not guaranteed to be exhaustive for the purposes of this market research.] (4) Experience. Provide three (3) project examples, where experience should have occurred in the last ten (10) years. Project examples should demonstrate specialized experience and technical competence to execute the types of projects and activities as indicated in paragraph above titled �SCOPE OF SERVICES�. FOR EACH PROJECT EXAMPLE PROVIDED, include a brief description of the project (scope), dollar value, offeror�s role as a prime contractor or subcontractor, project duration (start/end dates), customer/owner name with point of contact and contact information (phone number and email address) of someone from the customer/owner who can verify the information provided. The Government reserves the right to verify, confirm, follow-up on, etc. information provided with response, as it determines necessary. (5) Key personnel. Demonstrate professional personnel qualifications sufficient to meet the scope of this requirement, e.g. via a list or table of registered professionals in the following key disciplines (firm of employment for all personnel identified must also be noted): Project Managers Civil Engineers Railroad Engineers Railroad Track Inspectors Bridge Structural Engineers Geotechnical Engineers Electrical/Signal Engineers Traffic Engineers (6) Capacity to accomplish the work. Demonstrate capability and capacity to perform services CONUS and Worldwide. Demonstrate the capability and capacity to perform services on multiple task order awards concurrently. Be specific regarding dollar amounts and ability to meet schedules. (7) Work management. Discuss/demonstrate items such as team organization, quality control procedures, cost control, and coordination of in-house disciplines and subconsultants/subcontractors. Include in this section any Teaming Arrangement, Joint Venture, or Mentor-Prot�g� information if/as applicable. -------------------- Responses to this Sources Sought Announcement are due no later than close of business, Wednesday, December 18th, 2024. Email your response to Jennifer Gilbreath at jennifer.c.gilbreath@usace.army.mil and Tyler Hegge at tyler.hegge@usace.army.mil. Personal visits to discuss this announcement will not be allowed. Service providers must be registered in SAM (www.SAM.gov) to be eligible for award of Government contracts. The Omaha District Small Business office may be reached at CENWO-SB@usace.army.mil. SOURCES SOUGHT ANNOUNCEMENT NO. W9128F25SS001 INDEFINITE DELIVERY CONTRACTS FOR ARCHITECT-ENGINEER SERVICES, CONUS AND OCONUS LOCATIONS This is a SOURCES SOUGHT ANNOUNCEMENT FOR ACQUISITION PLANNING PURPOSES ONLY AND IS NOT A PRE-SOLICITATION NOTICE OR SOLICITATION ISSUANCE. Response to this request for information (RFI) is strictly voluntary and will not affect any business's ability to submit an offer, should a solicitation be released. There is no solicitation document associated with this announcement; this is not a request for proposal (RFP). The requested information is for acquisition planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of contractors' information. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations. This RFI constitutes a market research tool for the collection and analysis of information to determine capabilities and capacity of interested contractors. The Omaha District, U. S. Army Corps of Engineers is seeking information from interested, qualified Small Business Community (SBC) members (for example, Small Businesses (SB), 8(a), HUBZone, Small Disadvantaged Businesses (SDB), Service Disable Veteran Owned Small Businesses (SDVOSB), Women Owned Small Businesses (WOSB), as well as other-than-Small Business firms (�Large� businesses) that are capable of providing services under North American Industrial Classification System (NAICS) code 541330 � Engineering Services, which has a small business size standard of $25.5M in annual average gross receipts over the past five (5) years. All qualified, interested, capable firms are highly encouraged to respond to this Sources Sought announcement. SCOPE OF SERVICES The Government has a need to replace existing Indefinite Delivery Contracts (IDCs) for Architect-Engineer (A-E) Services that are nearing their capacity limits in the coming years. The scope of the IDCs is for roads and railways evaluation, design, and construction phase support throughout the Continental United States and worldwide. The types of services include preparation of plans, specifications, and design analysis for the direct design of railroads, roadway pavements, bridges, and specialized railroad support facilities; inspection and maintenance recommendations for railroad tracks and bridges; field and laboratory testing of existing railroad/pavement subgrades; roadway inspections and the use/training of personnel on PAVER Engineering Management Systems for roadways; site investigations, studies, inspections, load ratings, concept design, and construction phase services; specialized consulting services and engineering studies related to the planning, design, construction, and evaluation of railroads and vehicular pavements; and development/updating of transportation systems engineering criteria. TYPES OF CONTRACTS Contracts will be procured in accordance with 40 U.S.C. Chapter 11, Selection of Architects and Engineers, as implemented in FAR Subpart 36.6. It is projected that each contract awarded will have an ordering period of five (5) years from the date of award, via a five-year base period. The combined total contract capacity is anticipated to be approximately $135,000,000 for IDCs awarded. The number of IDCs to be awarded is undetermined at this time. Task orders will be firm-fixed price. Task orders against existing IDCs to be replaced have ranged from approximately $100,000 to $4,000,000. SUBMISSIONS/RESPONSES Responses to this Sources Sought Announcement/RFI shall be limited to five (5) pages in a single PDF document and should include the following information (item numbers (1) through (7) below). Additional pages, cover letters, and extraneous materials are NOT desired. Materials, documents, web links, etc. incorporated by reference in responses will not be accessed by the Government for inclusion; all responses must be self-contained, to address the following items. (1) Firm name, address, point of contact, phone number, and e-mail address. (2) Firm Unique Entity Identifier (UEI) and CAGE Code. (3) Firm business size in relation to NAICS code 541330 Engineering Services, which has a small business size standard of $25.5M in annual average gross receipts over the past five (5) years, as well as socioeconomic categories of small business, if/as applicable. [Items (4) � (7) are generally representative of the primary selection criteria the Government anticipates using for this acquisition, although not guaranteed to be exhaustive for the purposes of this market research.] (4) Experience. Provide three (3) project examples, where experience should have occurred in the last ten (10) years. Project examples should demonstrate specialized experience and technical competence to execute the types of projects and activities as indicated in paragraph above titled �SCOPE OF SERVICES�. FOR EACH PROJECT EXAMPLE PROVIDED, include a brief description of the project (scope), dollar value, offeror�s role as a prime contractor or subcontractor, project duration (start/end dates), customer/owner name with point of contact and contact information (phone number and email address) of someone from the customer/owner who can verify the information provided. The Government reserves the right to verify, confirm, follow-up on, etc. information provided with response, as it determines necessary. (5) Key personnel. Demonstrate professional personnel qualifications sufficient to meet the scope of this requirement, e.g. via a list or table of registered professionals in the following key disciplines (firm of employment for all personnel identified must also be noted): Project Managers Civil Engineers Railroad Engineers Railroad Track Inspectors Bridge Structural Engineers Geotechnical Engineers Electrical/Signal Engineers Traffic Engineers (6) Capacity to accomplish the work. Demonstrate capability and capacity to perform services CONUS and Worldwide. Demonstrate the capability and capacity to perform services on multiple task order awards concurrently. Be specific regarding dollar amounts and ability to meet schedules. (7) Work management. Discuss/demonstrate items such as team organization, quality control procedures, cost control, and coordination of in-house disciplines and subconsultants/subcontractors. Include in this section any Teaming Arrangement, Joint Venture, or Mentor-Prot�g� information if/as applicable. -------------------- Responses to this Sources Sought Announcement are due no later than close of business, Wednesday, December 18th, 2024. Email your response to Jennifer Gilbreath at jennifer.c.gilbreath@usace.army.mil and Tyler Hegge at tyler.hegge@usace.army.mil. Personal visits to discuss this announcement will not be allowed. Service providers must be registered in SAM (www.SAM.gov) to be eligible for award of Government contracts. The Omaha District Small Business office may be reached at CENWO-SB@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c7d385dbc217479cbddf03956e36d553/view)
 
Place of Performance
Address: Omaha, NE, USA
Country: USA
 
Record
SN07277542-F 20241129/241127230110 (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.