SOURCES SOUGHT
C -- Sources Sought for Architect-Engineer Planning and Design Services for Civil Works Projects (U.S. Army Corps of Engineers, Kansas City and Omaha Districts)
- Notice Date
- 1/27/2025 4:45:31 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W071 ENDIST KANSAS CITY KANSAS CITY MO 64106-2896 USA
- ZIP Code
- 64106-2896
- Solicitation Number
- PANNWD-25-P-0000-003097
- Response Due
- 2/26/2025 8:00:00 AM
- Archive Date
- 03/26/2025
- Point of Contact
- ERICK OTTOSON, Phone: 8163893878, Laura Hedrick, Phone: 8163893023
- E-Mail Address
-
erick.s.ottoson@usace.army.mil, Laura.L.Hedrick@usace.army.mil
(erick.s.ottoson@usace.army.mil, Laura.L.Hedrick@usace.army.mil)
- Description
- The U.S. Army Corps of Engineers (USACE), Kansas City District (NWK), is issuing this notice to determine the interest, availability, and capability of architect-engineer (A-E) firms to provide civil works planning and design services to support projects within USACE�s Kansas City and Omaha Districts and their assigned areas of operations, including military installations. A more detailed description of the required services is provided below under �Scope of Required Services.� The anticipated contract award date is early 2026. This is a market survey for research and planning purposes. It is not a request for proposals. Acquisition and Contracting Approach The anticipated contract type is a Multiple-Award, Indefinite-Delivery Indefinite-Quantity (IDIQ) Task Order contract (MATOC). The Government has a target to award seven contracts. Selection and award of the MATOCs will follow qualifications-based procedures in accordance with the Selection of Architects and Engineers statute (40 U.S.C. �� 1101-1104, commonly referred to as the Brooks Act). Work will be issued via negotiated, firm-fixed-price task orders. Selection and award of task orders will also follow qualifications-based procedures per the Brooks Act and applicable regulations, including Federal Acquisition Regulation subpart 36.6. The MATOC pool will have a shared capacity limit of $95 Million (i.e., the collective value of all task orders issued under the MATOC pools will not exceed $95 Million). In terms of the period of performance, it is anticipated that the contracts will have a five-year ordering period during which task orders may be issued. The Government will also have an option to extend the ordering period for two additional years. Extending the ordering period will not increase the overall capacity limit of $95 Million. If the overall capacity limit is reached at any point, then the ordering period will immediately end at that point. The applicable North American Industry Classification System (NAICS) code for this procurement is 541330, Engineering Services, which has a small business size standard of $25.5 Million. Small businesses are encouraged to participate. This acquisition may be reserved in part for small business concerns or a specific type of small business concern such as 8(a) participants, HUBZone small businesses, service-disabled veteran-owned small businesses, or women-owned small businesses. The responses to this notice will guide the Government�s decision regarding the extent and type of small business reserve that is utilized for this acquisition. Scope of Required Services The required services will involve preparation of a wide variety of civil works planning and design documents, environmental documents, studies, and specifications for projects. The contracts may also be utilized to support planning and design for military projects and design projects within the civil works and military boundaries of USACE�s Northwestern Division. Under certain circumstances, as determined necessary to meet mission requirements and with approval of the contracting officer, the contracts may be utilized to support projects nationally for civil works, military, hazardous, toxic, and radioactive waste (HTRW), and Interagency and International Services (IIS) programs. The required A-E services will relate to planning, studies, technical analysis, designs of flood risk management projects, dams, levees, channels, pump stations, operations of projects, general investigations, river/stream bank stabilization projects, hydrology, river and stream hydraulics (steady/unsteady state), ecosystem restorations, cultural resources, deployment of geographic information systems (GIS), public involvement, socioeconomic analyses, stormwater and sewers, value engineering, surveying/photogrammetry/lidar, Phase I HTRW evaluations, Computer-Aided Design and Drafting (CADD), Building Information Modeling (BIM), environmental compliance documents, risk assessments, environmental and biological projects, water supply/demand, water reliability, water distribution systems, reservoirs, sedimentation, bridges, hydraulic structures, culverts, railroad track and appurtenance design, roadways, lighting, traffic control, pavement designs, engineering during construction, and other ancillary items to support the mission. Services may include consulting, analyses, and design services including expert elicitation for risk methodology and policy development; risk analyses and screenings; issue evaluation studies; feasibility studies; reservoir water control manual updates; base condition risk assessments; safety modification studies; formulation of modification alternatives; construction sequencing, techniques, activities, evaluations and methodologies; periodic assessments; determination of total and incremental risk reduction benefits that can be realized from corrective actions; and other studies and evaluations under the dam safety, levee safety and flood risk management programs. The projects may include all necessary water resources planning, environmental compliance, and engineering and design disciplines required for the various project purposes. In some cases, projects may also require independent expert reviews and GIS deliverables. Project-specific requirements will be described in each individual task order�s statement of work. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. How to Respond to this Notice Interested firms should submit a capabilities package of no more than ten pages that includes the following information: 1. Firm�s name, address, point of contact, phone number, and e-mail address. If the firm is currently registered in SAM.gov, provide the firm�s Unique Entity ID number. 2. State whether the firm is a Small Business or identifies under other Small Business socio-economic programs within NAICS code 541330 with annual receipts of no more than $25.5 Million. Other socio-economic programs include 8(a) participant, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business, Women-Owned Small Business, and/or Economically Disadvantaged Women-Owned Small Business. 3. State the firm�s size in terms of number of personnel. Include a breakdown of the number of personnel by relevant technical/professional discipline. 4. Describe the firm�s capability and qualifications to perform A-E civil works planning and design services as described in this notice. (a) Include specific descriptions of the firm�s experience and capabilities related to A-E services of the type(s) described above in the �Scope of Required Services� section. (b) Indicate if your firm is capable of performing A-E services within all geographic areas encompassed by USACE�s Kansas City and Omaha Districts, or indicate if your firm is only interested in or capable of supporting specific geographical areas and identify what geographical areas those are. (c) Indicate whether the firm regularly performs A-E services within the geographic areas encompassed by USACE�s Kansas City and Omaha Districts. If the firm does not do so regularly, describe the extent to which the firm has performed A-E services within said area of operations. 5. If the firm competes for this requirement, would your firm do so under a teaming arrangement, joint venture, or similar arrangement? If so, identify the anticipated partner company(ies) and the type of relationship. 6. Identify any subcontractors that would be proposed to team with the prime firm and their expected role(s). If the identities of specific subcontractors are not known but the firm anticipates using subcontractors to perform certain roles or services, describe such intended use of subcontractors. Interested firms shall respond to this sources sought notice by no later than February 26, 2025 at 10:00 a.m. CST. To submit a response, email your submission in PDF format to Contract Specialist Erick Ottoson at erick.s.ottoson@usace.army.mil, with a copy to Contracting Officer Laura Hedrick at laura.l.hedrick@usace.army.mil. No hardcopy or facsimile submissions will be accepted. If your firm does not have a Commercial and Government Entity (CAGE) code or a Unique Entity Identifier and you are interested in pursuing a contract with the Government, please register on the System for Award Management website (SAM.gov) as soon as possible. The following page contains information about registration: https://sam.gov/content/entity-registration. Registration is not required to respond to this sources sought notice, but will be required to be considered for a contract award. * * * This sources sought notice is for market research and planning purposes only. It is not a request for proposals, quotes, or bids and does not commit the Government to award a contract. The Government will not pay for any information or administrative costs incurred in responding to this notice or to any follow-up requests.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bcf6f261d392412faa664fded41b4534/view)
- Place of Performance
- Address: Kansas City, MO 64106, USA
- Zip Code: 64106
- Country: USA
- Zip Code: 64106
- Record
- SN07324402-F 20250129/250127230111 (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 |