Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2009 FBO #2910
SOURCES SOUGHT

C -- River Navigation, Flood Control Systems and Dam/Levee Safety, Shore Protection Systems, and/ or Ecosystem Restoration projects within NY District Boundaries.

Notice Date
11/10/2009
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-10-S-0003
 
Response Due
12/10/2009
 
Archive Date
2/8/2010
 
Point of Contact
Nicholas Emanuel, 9177908069
 
E-Mail Address
US Army Engineer District, New York
(nicholas.p.emanuel@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Indefinite Delivery Contract(s) for River Navigation, Flood Control Systems and Dam/Levee Safety Projects, Shore Protection Systems, and/or Ecosystem Restoration Projects within the New York District boundaries. Contract(s) may be for a minimum of 3 years and a maximum of 5 years. THIS IS A SOURCES SOUGHT ANNOUNCEMENT TO BE USED FOR MARKET ANALYSIS ONLY. NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS SYNOPSIS. NO SOLICITATION WILL BE AVAILABLE AT THIS TIME HOWEVER RESPONSES WILL BE USED TO DETERMINE THE APPROPRIATE ACQUISITION STRATEGY FOR A FUTURE ACQUISITION(S). The purpose of this announcement is to gain knowledge of interest capabilities and qualifications of the industrys small businesses to perform the stated types of A/E services. All small businesses and all small business categories, (certified 8(a) serviced by SBA districts located within New York and New Jersey, certified HUBZone, and Service-Disabled Veteran-Owned Small Business (SDVOSB)) are encourage to submit responses. Responses are restricted to U.S. firms that are established and registered in Central Contract Registration (CCR). 1. CONTRACT REQUIREMENT: The anticipated contract(s), when solicited, will be procured in accordance with the Brooks A/E 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 North American Industrial Classification System Codes (NAICS) 541310 & 541330, FSC Code: C211, SIC Code: 8712. The small business size standard for this code is $4,500,000.00. To be considered a Small Business under this NAICS Code, the respondents average revenue for the last three fiscal years cannot be more than $4,500,000.00. If the average revenue for the last three fiscal years is over $4,500,000.00, the respondent is a Large Business. All respondents in their response to this notice MUST identify their business size relative to the NAICS code. Respondents are required to state in their response whether the firm is a small business, 8(a) program participant, HUBZone small business, small disadvantaged business, woman-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. Indefinite Delivery Contracts typically span three to five years and range in amounts up to $12 million depending on anticipated work load. If the contract is set aside for Small Business, FAR 52.219-14, Limitations on Subcontracting, will be included in the contract. The clause requires that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. 2. PROJECT INFORMATION: The IDC (s) that may be solicited after this market analysis will fall into one or more of the noted Civil Works categories. These categories are: Navigation, Flood Control Systems and Dam/Levee Safety, Shore Protection Systems and Ecosystem Restoration. The A/E must demonstrate experience in at least ONE of these categories. The A/E qualification statement may list experience in two or more areas but need only contain one area for submission. 3. QUALIFICATIONS: All interested Small Business firms, including 8(a) program participant, HUBZone small business, small disadvantaged business, woman-owned small business, veteran-owned small business or service disabled veteran owned small business are encouraged to respond to this notice and may respond to this announcement by submitting a capability statement which addresses the noted categories: Navigation, Flood Control Systems and Dam/Levee Safety, Shore Protection Systems and Ecosystem Restoration. Disciplines that may be required but not limited to are civil, structural, hydraulic, geotechnical, cost engineering, mechanical, electrical, architectural, landscape architects, hydrology, geology, biology, etc. As may be required of the noted categories, the A/E should demonstrate experience in the following areas: a.Ability to produce CADD and GIS deliverables in Microstation CADD format. Preparation of CADD drawings shall be prepared in accordance with the New York District CAD Standard, to the Department of Defense Architectural/Engineering/ Construction (A/E/C) Computer-aided Design and Drafting Standard (CADD), Release 3.0, which is a subset of the National CAD standard, version 3.1. b.Preparation of design criteria, supporting calculations, technical reports and studies, including value engineering studies, and plans and specifications c.Preparation of land and water surveys d.Capability and experience to use specialized computer programs such as MII (MCACES), Crystal Ball, ArcView, and SPECINTACT. e.Ability to provide construction phase and other services that may include preparation of operation and maintenance manuals, shop drawing review, design during construction, site visits, site visit reports and commissioning/start-up/fit-up design support. f.Experience with Microsoft Project scheduling. g.Experience with current US Army Corps of Engineers regulations, guidelines, and procedures h.Ability to provide a QA/QC plan indicating how they plan to manage their team to ensure that quality products are delivered to the New York District. 4. SUBMISSION REQUIREMENTS: All interested Small Business firms, including 8(a) program participant, HUBZone small business, small disadvantaged business, woman-owned small business, veteran-owned small business or service disabled veteran owned small business are encouraged to respond to this notice and may respond to this announcement by submitting statements of qualifications following the instructions below. The qualification statement is limited to 10 pages total. The statement should include the Small Business Administration certification or self-certification of small business status and type of small business. SDVOSB firms should provide their self-certification. The respondent should include an Organizational Chart of the proposed team (including all subcontractors), the number of personnel per discipline, a synopsis of applicable projects, and resumes for key personnel. The responses must be specific to the categories listed above to show that the respondent meets each qualification or has the skills and experience to perform work within the respective category. If a response does not show that the respondent meets each of the qualifications and possesses the skills and experience, it will not be considered by the Government. Again this is not a request for proposals 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. All responses are due in hard copy only to the US Army Corps of Engineers, New York District, ATTENTION: Mr. Steve DiBari, P.E., CENAN EN. Rm. 2037, US Army Corps of Engineers, NY District, 26 Federal Plaza New York, NY, 10278. Qualifications statements will not be accepted after 4:00 pm on the original response date shown in the advertisement in the FedBizOps. If the original response date falls on a Saturday, Sunday, or a Federal Holiday, the response date will be moved to the next business day. Facsimile transmissions of the qualifications statements will not be accepted. Due to heightened security around 26 Federal Plaza, be prepared to leave ample time to gain entry into the building. If we do not receive an adequate number of qualified respondents (i.e., two or more responsible firms) for the noted categories, the solicitation shall be issued on an unrestricted basis and all firms regardless of size shall be eligible and encouraged to compete for this project.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-10-S-0003/listing.html)
 
Place of Performance
Address: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
 
Record
SN02002281-W 20091112/091111000551-ea41e8e75c6d3a50fe0880327ac1d3c1 (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 |
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.