SOURCES SOUGHT
C -- A-E services for various civil works projects and support for other agencies.
- Notice Date
- 8/16/2012
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USACE District St. Louis, ATTN: CEMVS-CT, 1222 Spruce Street, St. Louis, MO 63103-2833
- ZIP Code
- 63103-2833
- Solicitation Number
- W912P9-12-S-ACR2
- Response Due
- 8/31/2012
- Archive Date
- 10/30/2012
- Point of Contact
- Judy Kibler, 314-331-8521
- E-Mail Address
-
USACE District St. Louis
(judith.a.kibler@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 1.This a Sources Sought Synopsis. This synopsis neither constitutes a Request for Proposal, nor does it restrict the Government to an ultimate acquisition approach. This synopsis should not be construed as a commitment by the Government for any purpose. Requests for a solicitation will not receive a response. The St Louis District, Corps of Engineers is seeking to identify SMALL BUSINESS FIRMS qualified and experienced in the North American Industry Classification System (NAICS) codes of 541330 for Engineering Services. This Sources Sought Synopsis is a market survey being conducted to identify firms for participation in the AE service contract evaluation process in accordance with the Brooks Act as implemented in FAR Subpart 36.6. A contract will have a base period not to exceed one year and four one-year option periods, for a total IDIQ value not to exceed $9,000,000. The District may award additional IDIQ contracts to perform work that may also be encompassed by this announcement. 2. PROJECT INFORMATION: A-E services are required for various civil works projects and support for other agencies. The primary A-E service capabilities desired include the following types of projects and related skills and experience: a)Inland Marine Transportation System locks and dams, channel, and harbor projects: the rehabilitation of existing facilities and the design of new facilities. The A-E must have competencies for design of both in-the-dry and in-the-wet construction methods, design for prefabricated and lift-in construction methods, analysis and design of hydraulic steel structures (to include expertise in fracture and fatigue design, detailing, and inspection), design of machinery systems, and design of electrical systems (to include PLC control systems.) b)Flood Risk Management projects, to include levees, floodwalls, pumping stations, and channels: the rehabilitation of existing systems; the formulation, conceptual design, and final design of new systems (including all environmental aspects) involving primarily riverine flooding; and assessments of existing systems. c)Other Civil Works projects: a variety of projects such as dredging, ecosystem evaluation and restoration, parking lots, roadways, buildings, bridges, erosion protection, recreation trails, water/wastewater structures, hydrologic or hydraulic related projects, and geotechnical related projects. Work would include the rehabilitation of existing facilities and new design of proposed facilities. Incidental services may include HTRW investigations and analysis; alternative assessments; NEPA documentation, formulation, and evaluation; architecture; and surveying and mapping. d)The services are primarily within the St. Paul, Rock Island, and St. Louis Districts' boundaries (all or portions of MN, ND, SD, WI, IL, MO and IA). However, individual task orders may be for work within the entire Mississippi Valley Division (MVD). Services provided under this contract will include, but are not limited to: Any information submitted by respondents to this sources sought is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this Sources Sought Synopsis. Respondents are requested to submit a Capability Statement that exhibits clear and convincing evidence of your firm's capabilities/experiences to perform the listed tasks. The capability statement is not to exceed 5 pages (front and back). The statement must provide a summary of relevant experience and knowledge that addresses the scope above. Responses must be received no later than 2:00 p.m., Central Standard Time, August 31, 2012, to the following address: Contracting Division, Attn: Judy Kibler, St Louis District, Corps of Engineers, 1222 Spruce Street, St Louis, Missouri, 63103-2833 or e-mail to www.Judith.A.Kibler@usace.army.mil or Archie.C.Ringgenberg@usace.amry.mil Fax will be accepted to 314-331-8587. Please direct any questions on this announcement to Archie Ringgenberg, Supervisory Contracting Officer, at 314-331-8505.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/08d5409aae124f7a10254dcfaa7cf8ee)
- Place of Performance
- Address: USACE District St. Louis ATTN: CEMVS-CT, 1222 Spruce Street St. Louis MO
- Zip Code: 63103-2833
- Zip Code: 63103-2833
- Record
- SN02842474-W 20120818/120816235853-08d5409aae124f7a10254dcfaa7cf8ee (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 |