SOURCES SOUGHT
C -- IDC CONTRACT FOR A-E PLANNING AND ENGINEERING SERVICES IN SUPPORT OF THE IMPLEMENTATION OF THE OKLAHOMA COMPREHENSIVE WATER PLAN
- Notice Date
- 8/25/2014
- Notice Type
- Sources Sought
- Contracting Office
- USACE District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
- ZIP Code
- 74128-4609
- Solicitation Number
- W912BV-14-S-0006
- Response Due
- 9/5/2014
- Archive Date
- 10/24/2014
- Point of Contact
- Diane Cianci, 918-669-7458
- E-Mail Address
-
USACE District, Tulsa
(diane.cianci@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers - Tulsa District (SWT) is conducting market research for anticipated A-E water resources services requirements and intends to solicit proposals for a 5-year $9.5M Indefinite Delivery Contract (IDC) on or about October 2014. Award(s) will be based on selection of the most highly qualified firm (s) in accordance with the A-E Brooks Act procedures in accordance with FAR 36.6. The type of set-aside decision(s) to be issued will depend upon the capabilities of the responses to this synopsis. The purpose of this Sources Sought is to gain knowledge of the interest, capabilities and relevant experience of all business size standards to provide A-E services for work assigned to USACE Southwestern Division (SWD). The Government must ensure there is adequate interest and competition among the potential pool of responsible firms. Interested Small Business, Section 8(a), Historically Underutilized Business Zones (HUBZone), Economically Disadvantaged Woman Owned Small Business, Service Disabled Veteran Owned Small Business (SDVOSB) Concern, and Large Business are highly encouraged to respond to the sources sought. The Government is seeking qualified, experienced sources capable of performing A-E services consisting of activities that support implementation of the 2012 Oklahoma Comprehensive Water Plan (OCWP) Update but could also support other USACE water resource related efforts. Anticipated services include, but are not limited to, planning and engineering assistance associated with the following OCWP priority initiatives: 1) Water Project & Infrastructure Financing; 2) Regional Planning Groups; 3) Excess and Surplus Water; 4) Instream/Environmental Flows; 5) Water Conservation, Efficiency, Recycling & Reuse; and 6) Water Supply Reliability. A full range of water resource planning, engineering and software development services are anticipated, which may include, but are not necessarily limited to: development of new methods to encourage regionalization of water and wastewater supply systems; identification of areas where regionalization of systems could provide multiple benefits; working with systems interested in regionalization to develop strategies and identification of funding opportunities; development of a detailed framework for the Regional Planning Groups; assisting in addressing issues and conducting studies as recommended by the groups; coordinating efforts between regions for information sharing, coordination of planning, and resolution of inter-regional issues; assessing potential impacts of out-of-basin transfers using the Oklahoma H2O tool; refining and updating excess and surplus water estimates; developing, testing, and implementing a tracking mechanism or database to monitor remaining excess and surplus water in each basin; refining documentation for an instream flow pilot study in a scenic river; defining potential monitoring of pilot program; identifying, supporting, and facilitating state and federal agency in-kind efforts in support of pilot study elements; conducting a phased pilot study, including facilitation of continuing Advisory Group and technical work group meetings; using Oklahoma H2O Tool and other relevant water modeling tools to conduct what-if scenarios related to implications on basin-level and regional supplies for consumptive uses; developing work plan and cost estimates for other scenic rivers; providing facilitation and technical support to Water for 2060 Advisory Council; evaluating local opportunities for water recycling and reuse, use of marginal quality and other alternative supplies, and assessing regionalization of public water supplies in priority basins; refining studies to recommend a pilot for an artificial recharge site and developing work plan for pilot; conducting reservoir yield analyses; conducting groundwater basin and other hydrologic studies; developing estimates of streamflow in ungaged basins or in basins with gaps in the period of record data; providing technical support and documentation associated with the Corps of Engineers' validation of Oklahoma H2O tool; updating Oklahoma H2O Tool based on studies and additional streamflow data to capture extreme hydrologic conditions; using Oklahoma H2O Tool to evaluate seasonal stream water allocation program, impacts of drought and climate change on stream flows and reservoir yields. The most relevant contract work submitted in response to this Sources Sought Announcement will include both planning and engineering experience associated with state water planning, software development, and federal government experience. The anticipated contract period of performance is for a Base of three years and an Option of two years. The total anticipated contract capacity is estimated at $9.5M. The estimated minimum task order amount is $25,000. The estimated maximum task order amount is $1,000,000. Firms must have ability to perform up to three task orders simultaneously. The North American Industrial Classification System (NAICS) Code for this procurement is 541330, A-E Services, which has a small business size standard of $15M. Small Business firms are reminded under FAR 52.219-14, Limitations on Subcontracting, that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Award(s) will be based on selection of the most highly qualified firm (s) in accordance with the A-E Brooks Act procedures in accordance with FAR 36.6. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities, www.fbo.gov, which will invite firms to register electronically to receive a copy of the solicitation when it is issued. Note that Firms must be registered in the System of Award Management (SAM) to be eligible for award of Government contracts. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about 6 October 2014, and the estimated proposal due date will be on or about November 2014. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Contractors responding to this Sources Sought must provide an Experience/Capabilities Statement (not to exceed 5 pages) via email to Diane.Cianci@usace.army.mil. EXPERIENCE / CAPABILITIES STATEMENT CRITERIA: 1. The Experience/Capabilities Statement is limited to 5 pages, and shall be submitted in PDF format with the following file name convention: ACME_SS W912BV-13-S-0002 EXP STATEMENT. 2. Provide Firm's name and Dun and Bradstreet (D&B) Data Universal Numbering System (DUNS). 3. Provide any general information on the Contractor's Experience/Capabilities pertaining to A-E planning and engineering services associated with state water planning and software development. Clearly identify the work that was self performed. 4. Provide the Firm's Teaming Arrangement, Joint Venture and/or Mentor-Prot g information, as applicable. 5. Provide up to three examples of projects performed within the past 3 years for state water planning and software development relevant to this Sources Sought. Include the customer agency name, project title, project location, contract number, and period of performance for each example project provided. Interested Firm's shall respond to this Sources Sought Synopsis no later than 5 September 2014 at 4:30pm. All interested firms must be registered in System of Award Management to be eligible for award of Government contracts. Questions concerning this Sources Sought should be e-mailed to the Contract Specialist, Ms. Diane Cianci, at Diane.cianci@usace.army.mil; phone number 918-669-7458. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-14-S-0006/listing.html)
- Place of Performance
- Address: USACE District, Tulsa ATTN: CECT-SWT-E, 1645 South 101st East Avenue Tulsa OK
- Zip Code: 74128-4609
- Zip Code: 74128-4609
- Record
- SN03480073-W 20140827/140826001533-66c4354762259d513994a5c9f2eeaac1 (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 |