Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2015 FBO #4824
SOURCES SOUGHT

C -- Multi-Disciplined Engineering Services, A-E IDIQ

Notice Date
2/6/2015
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Portland, Contracting Division (CECT-NWP), P.O. Box 2946, Portland, OR 97208-2946
 
ZIP Code
97208-2946
 
Solicitation Number
W9127N-15-R-0027
 
Response Due
3/9/2015
 
Archive Date
4/8/2015
 
Point of Contact
David Boone, (503) 808-4614
 
E-Mail Address
USACE District, Portland
(david.c.boone@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. The Portland District Office of the U. S. Army Corps of Engineers (USACE) anticipates to solicit and award a project/procurement for a Multi-Disciplined Engineering Services under an Indefinite Delivery Contract (IDC). This IDC contract will be procured in accordance with the Brooks Act and FAR Subpart 36.6. A synopsis for a proposed contract action, citing the solicitation number, will be issued on Federal Business Opportunities www.fbo.gov and will provide information on what is to be submitted. The proposed project will be a competitive firm-fixed price contract. The type of solicitation to be issued will depend upon the responses to this notice.. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information. NO SOLICITATION IS CURRENTLY AVAILABLE. The USACE - Portland District (NWP) is conducting market research for anticipated A-E services and intends to award up to two (2) IDCs with a maximum capacity of $10 million each ($20 million total for 2 IDCs). The contract will have a base period of one (1) year and four (4) option periods of one year each. The ability to setaside for small business and if appropriate a further small business subcategory type of set-aside decision(s) will depend on the responses received to this notice and other associated market research. NWP anticipates an award date in FY16. Please note that under Brooks Act procedures, in order to make two (2) awards a MINIMUM of four (4) firms must be found to be BOTH technically qualified and to be capable of self-performing at least 51% of the work to be performed over the life of the contract. Responses are to be sent via email to David.C.Boone@usace.army.mil by 9 March 2015, 2 pm, local time. North American Industrial Classification Code (NAICS): 541330 Small Business Size Standard: $15.0 Million Federal Service Code: C212 The purpose of this sources sought is to gain greater knowledge of the interest, capabilities and qualifications from members of the industry, to include the Small Business Community: Small Business, Small Disadvantaged (SDB) and 8(a) firms, Historically Underutilized Business Zones (HUB-Zone), Women-Owned Small Business (WOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must determine whether there is adequate competition among the potential pool of responsible contractors. Small Business, SDB & 8(a), Hub-Zone, WOSB, and SDVOSBs are highly encouraged to respond. Point of Contact for small business questions or assistance is the Portland District Deputy for Small Business, Carol McIntyre at 503-808-4602 or Carol.A.Mcintyre@usace.army.mil. Project Description: The firm may be required to render services at the office(s) of various team members, on-site at the offices of various USACE activities, or on-site at various project sites or installations. The location of the work performed under this contract shall be stated in the individual Task Orders (TO). The Government expects the bulk of the TOs to be issued by USACE, Northwestern Division, Portland District (CENWP); however, the Contracting Officer may also issue written authorization for any USACE activity to issue TOs under this IDC. Prior Government contract work is required for submitting a response under this sources Sought. A. Required specialized experience and technical competence for the typical services to be performed as described below: 1. Mechanical. a) Engineering, design and preparation of plans and specifications for the following mechanical design items; cranes (gantry, bridge, and jib cranes of up to 500 tons or more), hoists, HVAC systems, industrial fire protection, piping, plumbing, gating (high head and other), operators (motors, gearing and wheels); hydraulic and air systems; water supply, turbo machinery, screening systems related to civil works and fish passage systems. b) Additionally analysis capabilities are needed in the areas of vibration, tribology, and finite element analysis. 2. Electrical. a) Engineering, design, and preparation of plans and specifications of low and medium voltage power (KW?) distribution equipment; motor controls, motor control centers; engine generators, engine generator control systems, transfer switches (automatic and manual), and variable speed drives; b) Arc flash hazard analysis, calculations and labeling; instrumentation, PLC, and SCADA system design (hardware and software); security and CCTV systems; short circuit calculations, load studies, and device coordination studies using SKM Power Tools for Windows software; and interior and exterior lighting. *NOTE: Demonstrated experience shall be related to industrial facilities, manufacturing facilities, pumping plants, public and/or civil works projects at hydroelectric facilities and/or multi-purpose civil works projects and shall represent work performed by proposed staff. Do not include work for commercial facilities. 3. Structural. a) Structural services may include analysis, design, and evaluation of civil works structures with respect to the preparation of studies, reports and/or plans and specifications. Potential evaluation items include complex structural steel features and considerations (gates, bulkheads, stoplogs, prototype equipment, corrosion protection, painting); concrete dams, powerhouses, spillways and stilling basins; reservoir outlet works (intake structures, tunnels, conduits, energy dissipaters); bridges, pump facilities, navigation locks, marine facilities, piling and floating structures, buildings and warehouses; fish passage, collection, and monitoring structures and facilities. b) Seismic design and evaluation expertise with the current state of practice and USACE criteria may be utilized. Structural analyses, inspection, and forensics of unique civil works features, such as hydraulic steel structures, concrete structures, bridges, tunnels and other project appurtenant features are to be included in potential work. 4. Civil. Engineering, design, and preparation of plans and specifications for roads, pavements, drainage, excavation and disposal, grading, clearing and debris removal, utilities, waste water treatment, on-site water supply and water treatment, marine and campground type recreation facilities, levees, river bank protection, and land surveying. 5. Hydraulic. a) Analyses and design for high head dam regulating outlet facilities, spillways and stilling basin, outlet valves and gates, existing and new adult and juvenile migrant fish facilities, navigation channels and facilities. b) On-site investigation and analysis for water resource projects; graphic visual idealization (fishery behavior); computational fluid dynamic modeling including one-, two- and three-dimensional numerical modeling for steady and unsteady flows including temperature and water quality parameters and capability with data archiving of results for later use; hydraulic physical modeling capability; and prototype testing. Expertise with fisheries design and criteria. c) River hydraulic analyses, models and studies to determine water surface profiles, floodplain delineation, sediment transport and hydraulics of bridges, culverts, weirs and other physical impediments to river flow. d) Channel design, channel morphology, ecosystem restoration/channel restoration, process based channel design, bank protection, riprap sizing, and river training structures (groins, pile dikes, etc.). 6. Hydrologic and Water Quality. a) For meteorological parameters and water quantity and quality parameters, sediment quality and quality - data collection; equipment selection, deployment, and maintenance; field investigations; laboratory physical and chemical analyses DATA QA/QC, statistical evaluations and analyses. b) Water quality (e.g., temperature, dissolved gas, etc.) modeling, reservoir system analysis and modeling. Development and execution of in-situ sampling for water and sediment physical and chemical attributes. Hydrologic analyses, models, and studies for water quality, flood control, drainage management, and ecosystem restoration. Statistical and probability analyses, discharge, precipitation, risk and uncertainty evaluations; hypothetical storm development, period-of-record evaluations, ungaged basin evaluations, rainfall - runoff analyses, Probable Maximum Precipitation (PMP), snowmelt, hydrographs, and spillway design hydrograph development. 7. Fisheries Engineering. Design of fish collection, monitoring, sampling, protection and passage systems utilizing expert knowledge of fish behavior and criteria related to fisheries design. *NOTE: Fisheries engineers are defined as engineers from various disciplines with training and experience with design of fish facilities, and knowledge of fish behavior and criteria related to fisheries design. 8. Coastal, Rivers, and Harbors Engineering. Engineering, design, analyses, and preparation of studies and design documents for breakwaters, jetties, groins, navigation channels, mooring structures, small boat basins, river training structures, and anchorage. Data collection and analyses of tide stages, wave height, length and direction, beach erosion, river current velocities and directions, littoral currents and littoral drift, salinities, sedimentation, and upland discharges. Preparation of tidal hydraulic models. 9. Environmental. Preliminary assessment site surveys to evaluate potential contamination from hazardous substances due to past activities, investigation of potential sites identified in survey, preliminary assessment reports of findings of investigation, and identification of potential environmental disposal issues associated with rehabilitation work or maintenance dredged material disposal. Knowledge of CERCLA. 10. Biological. Preparing or contributing to the preparation of fish and wildlife studies and other documents related to fisheries design for fish passage facilities and Endangered Species Act issues. In-situ sampling for algae and micro-organisms, testing and evaluation, algae concentration and toxicity evaluation, laboratory physical and chemical analyses. 11. Other. Also required will be the capability and expertise associated with: a) Vertical construction design disciplines for buildings, industrial facilities, and features. b) Landscape architectural design including irrigation features, environmental restoration, soils, soil amendments, and native plant expertise. c) Preparation of plans and specifications, engineering studies, technical reports, design analysis, and preparation of detailed quantity take-offs. d) Engineering during construction (EDC). B. CAD/BIM Compliance. The selected firm must be able to use Autodesk or Bentley software applications to produce drawings (including 3D solid models) and Building Information Management (BIM) deliverables. All drawings produced shall be in compliance with the Architectural, Engineering, and Construction (A/E/C) CAD Standard as issued by the CAD/BIM Technology Center https://cadbim.usace.army.mil/CAD. Drawings must be delivered to the Government in the agreed format. Any conversion processes from other formats must be approved by the Government prior to submission of deliverables. For BIM deliverables, a Project Execution Plan (see https://cadbim.usace.army.mil/BIM for template and instructions) is required prior to the start of design. The plan shall at a minimum document BIM uses, analysis technologies, tools, conversion processes, and workflows. All questions regarding CAD and BIM requirements may be directed to the Portland District CAD/BIM Management team at CADD-System@usace.army.mil, (503) 808-4825, (503) 808-4884, or (503) 808-4857. C. Knowledge of the Region. 1. Knowledge of flood control, navigation, and hydroelectric dam projects in Oregon, Washington, Idaho, Western Canada, Western Montana, and Northern California. 2. Knowledge of fish bypass, collection, sampling, and monitoring systems and facilities in Oregon, Washington, Idaho, Western Canada, Western Montana, and Northern California. D. Design Quality Assurance. Provide description of quality control processes used by the firm. In addition, provide description of management approach firm will use on this contract if successful offeror. Address coordination of disciplines and subcontractors, and include organizational chart showing inter-relationship of management and design team components. E. Capacity. Clearly document capacity to perform multiple task orders concurrently in the required time, flexibility to add resources when required, and strength of project management to include communications, project tracking, and issue resolution. CONTENT: Your firm's response to this market research request shall be limited to no more than 20 (twenty) pages and shall include the following information: 1. Firm's name, address, current point of contact, phone number, and e-mail address. 2. Firm's intent to respond to the solicitation when it is issued. 3. Succinct narrative on Firm's technical abilities/experience as they relate to the A-E services outlined in this sources sought. Please follow the paragraph numbering convention so the needed capabilities can be readily discerned and evaluated. (Example: A.1. a) would be narrative on analysis capabilities in the areas of vibration, tribology, and finite element analysis. A.11. a) would discuss Vertical construction design disciplines for buildings, industrial facilities, and features. C.1 would address Knowledge of the Region's flood control, navigation, and hydroelectric dam projects in Oregon, Washington, Idaho, Western Canada, Western Montana, and Northern California 4. Stated capabilities must include the number of years of experience specific to the capability that we are looking for. Include past contracts with USACE, if applicable as well as any other past performance information that clearly demonstrate possessing the technical experience. Minimum of 3 and no more than 5 examples. 5. Please identify which category of small business and business size your firm falls under. Include your CAGE and DUNS numbers. Responses will be shared with the Government and the project team, but otherwise will be held in strict confidence. Interested firms shall respond to this synopsis no later than 2:00 pm local time on Monday, 9 March 2015. All interested firms must be registered in SAM, https://www.sam.gov and remain current for the duration of the contract to be eligible for award of Government contract. Email your response to David.C.Boone@usace.army.mil Point of Contacts: Technical Matters: Mr. Mark Sawka (503) 808-4900. Administrative Matters: Mr. David Boone (503) 808-4614.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N-15-R-0027/listing.html)
 
Place of Performance
Address: USACE District, Portland Contracting Division (CECT-NWP), P.O. Box 2946 Portland OR
Zip Code: 97208-2946
 
Record
SN03635506-W 20150208/150206234540-751dcb402317572c4f5f976f7a804e64 (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.