SOURCES SOUGHT
B -- DEVELOPMENT AND SUPPORT OF RISK ANALYSIS MODELS AND RELIABILITY MODEL DEVELOPMENT FOR U.S ARMY CORPS OF ENGINEERS CIVIL WORKS INFRASTRUCTURE
- Notice Date
- 4/27/2009
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U. S. Army Engineer District, New England, US Army Engineer District, New England, 696 Virginia Road, Concord, MA 01742-2751
- ZIP Code
- 01742-2751
- Solicitation Number
- W912WJ-09-X-0017
- Response Due
- 5/11/2009
- Archive Date
- 7/10/2009
- Point of Contact
- Norman Krause, 978-318-8833<br />
- Small Business Set-Aside
- Total Small Business
- Description
- This is a sources sought synopsis only. U.S. Army Corps of Engineers, New England District (USACE) is seeking capabilities information from Service Disabled Veteran Owned Small Business, 8(a), Hub Zone and Small Business concerns to determine their technical capabilities for development and support of risk analysis models and reliability model development for U.S. Army Corps of Engineers Civil Works Infrastructure (CWI). The NAICS code for the work described below is 541330 with a size standard of $4,500,000. Information received will be used to make a determination regarding the use of full and open competition or to set aside the procurement for a small business. The planned work areas will include but are not limited to the following engineering disciplines: Structural, Geotechnical, Electrical, Mechanical and Hydraulic. The topics planned under the planned work areas will include but are not limited to the following work: 1. Development of risk analysis and reliability models and tools for use with CWI 2. Development of risk analysis and reliability methods to assist USACE with the development of internal USACE work in the risk and reliability of CWI 3. Development and writing of technical reports and USACE technical guidance for CWI 4. Technical support and training of USACE personnel 5. Enhancement or updates to existing USACE risk models for CWI as required. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released a Request for Quote (RFQ) will be synopsized. It is anticipated USACE will issue a RFQ for a Blanket Purchase Agreement (BPA) for risk and reliability of civil work infrastructure systems under GSA for Professional Engineering Services. The work efforts planned under this RFQ will not fall under the requirements defined under the Brooks Act nor Federal Acquisition Regulation (FAR) Part 36. Capability statements must include the following information: 1. Name and address of firm, size of business 2. Average annual revenue for past 3 years 3. Number of employees 4. Ownership 5. Indicate company status as a small business 6. Number of years in business 7. Affiliate information: parent company, joint venture partners, potential teaming partners, etc... However, all affiliate businesses will be required to be small Service-disabled veteran-owned businesses. In addition capability statements must address the following: 8. Capability statements should demonstrate capabilities of risk and reliability for civil works infrastructure with emphasis on the following requirements: a. Provide senior level technical labor resources with a broad range of knowledge of industry and Government risk and reliability projects b. Maintain multi-discipline technical labor resources capable for risk and reliability for CWI c. Experience with the development of risk and reliability for the following USACE CWI components: 1.Hurricane Protection and Coastal Protection Systems 2.Flood Control Projects (e.g. dams and levees) 3.Inland and Deep Draft Navigation Projects (e.g. locks and dams) 4.Hydropower Projects d.Past performance in developing risk models for USACE CWI e. Contractors ability to capitalize on their broad experience to decrease time and resources by applying best practices. f. Contractors ability to acquire independent subject matter experts in process and approach to meet Government needs. 9. Respondents must include three (3) references. These references must highlight relevant work performed, contract numbers, contract type, dollar value of each procurement, a point of contact - address and phone numbers. RESPONSES DUE Interested small business firms may submit a statement of capabilities and qualifications documents to the following address: U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742 ATTN: Mr. Norman Krause, CENAE-CT-P. Responses must be submitted no later than May 11, 2009 This sources sought synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government or will the Government pay for information requested. Respondents will not be notified of the results of this evaluation. All questions related to these sources sought should be directed to the identified point of contact. Point of Contact: Name: Norman A. Krause Title:Contract Specialist Phone:(978) 318-8833 Fax:(978) 318-8207 Email:Norman.A.Krause @usace.army.mil
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0c1409c00bf864dc21cde94c7ff73fca&tab=core&_cview=1)
- Place of Performance
- Address: US Army Engineer District, New England 696 Virginia Road, Concord MA<br />
- Zip Code: 01742-2751<br />
- Zip Code: 01742-2751<br />
- Record
- SN01802878-W 20090429/090427220246-0c1409c00bf864dc21cde94c7ff73fca (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |