Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 23, 2015 FBO #4928
SOURCES SOUGHT

C -- SOURCES SOUGHT ANNOUNCEMENT NO. W9128F-15-S-M006 - INDEFINITE DELIVERY CONTRACTS FOR A-E SERVICES; DESIGN AND EVALUATION SERVICES FOR AIRFIELDS, WORLDWIDE

Notice Date
5/21/2015
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-15-S-M006
 
Response Due
6/5/2015
 
Archive Date
7/20/2015
 
Point of Contact
Jessica Jackson, 402-995-2052
 
E-Mail Address
USACE District, Omaha
(jessica.r.jackson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT FOR ACQUISITION PLANNING PURPOSES ONLY AND IS NOT A PRE-SOLICITATION NOTICE OR SOLICITATION ISSUANCE. Response to this request for information (RFI) is strictly voluntary and will not affect any business's ability to submit an offer should a solicitation be released. There is no solicitation document associated with this announcement; this is not a request for proposal (RFP). The requested information is for acquisition planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of contractors' information. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations. This RFI constitutes a market research tool for the collection and analysis of information to determine capabilities and capacity of interested contractors. The Omaha District, U. S. Army Corps of Engineers is seeking information from interested, qualified Small Business Community (SBC) members (for example, Small Businesses (SB), Small Disadvantaged Businesses (SDB)/8(a) firms, Service Disable Veteran Owned Small Businesses (SDVOSB), Economically Disadvantaged Women Owned Small Businesses (EDWOSB)*), as well as other-than-Small Business firms ('Large' businesses), that are capable of providing services under North American Industrial Classification System (NAICS) code 541330 Engineering Services, which has a small business size standard of $15M in annual average gross receipts over the past three (3) years. All qualified, interested, capable firms are highly encouraged to respond to this sources sought announcement. *NOTE: Reference the Women Owned Small Business (WOSB) Federal Contract Program. NAICS Code 541330 has been designated as an EDWOSB NAICS Code. Only EDWOSB, then, could be eligible for prime contract award; WOSB firms would not be eligible. SCOPE OF REQUIREMENT The Government has a need to replace existing Indefinite Delivery Contracts (IDCs) for Architect-Engineer (A-E) Services that are nearing expiration**. The scope of the IDCs is for the Design and Evaluation of Airfields, Worldwide. The resultant contract will consist of a full range of airfield design and evaluation services, including but not limited to developing airfield related designs, perform technical reviews, conducting airfield evaluations, performing surveys, conducting workshops, performing construction surveillance, developing design drawings and as-built drawings/sketches, conducting topographic surveys, developing CADD drawings, evaluating operational maintenance procedures, and developing future planning requirements at various military and civil airfields located throughout the CONUS and OCONUS, as assigned by the Transportation Systems Mandatory Center, Omaha District, and the U.S. Army Corps of Engineers. **The set of existing IDC contracts for this scope/requirement nearing expiration that require replacement consists of the following two (2) IDCs (contract number, contractor name), each with $9M in capacity (total capacity of $18M) and an ordering period not to exceed five years (one five-year base period). Note below under 'TYPES OF CONTRACTS' paragraph, however, that the combined total contract capacity is anticipated to be approximately $9.8M for all new (replacement) IDCs awarded, and the exact number of IDCs to be awarded is undetermined at this time. W9128F-11-D-0001 Stanley-Hanson JV [Other-Than-Small Business; awarded 16 Nov 2010, expired 15 Nov 2014] W9128F-11-D-0002 Pond & Company [Other-Than-Small Business; awarded 17 Dec 2010, expires 16 Dec 2015] TYPES OF CONTRACTS Contracts will be procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. It is projected that awarded contract(s) will have an ordering period not to exceed five (5) years from the date of award. The combined total contract capacity is anticipated to be approximately $9.8M for IDC(s) awarded. Two (2) IDCs NTE $4.9M are anticipated to be awarded. Task orders will be firm-fixed-price. Task orders against current/existing IDCs to be replaced have ranged from approximately $8,000 to $3,500,000, with the overall per-task-order average being approximately $527,000. If market research and acquisition planning results in an Unrestricted procurement, any Large Business(es) selected will be required to submit a detailed Small Business Subcontracting Plan (reference FAR 19.7 and FAR Clause 52.219-9) during contract negotiations. The Small Business Subcontracting Plan is not required as part of the response to this sources sought announcement, but one must be approved by the Contracting Officer prior to award of an IDC to any Large Business. Small Business Subcontracting Plan requirements do not apply to Small Businesses (of any type/sub-set). If market research and acquisition planning results in small business set-aside, FAR Clause 52.219-14 'Limitations on Subcontracting' will apply, which states, in pertinent part, that 'At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern.' SUBMISSIONS/RESPONSES Responses to this Sources Sought Announcement/RFI shall be limited to ten (10) pages in a single PDF document and should include the following information (item numbers (1) through (7) below). Additional pages beyond ten (10) will not be considered; cover letters and extraneous materials are NOT desired. Materials, documents, web links, etc. incorporated by reference in responses will not be accessed by the Government for inclusion; all responses must be self-contained, to address the following items. (1) Firm name, address, point of contact, phone number and e-mail address. (2) Firm DUNS Number and CAGE Code. (3) Firm business size in relation to NAICS code 541330 Engineering Services [which has a small business size standard of $15M in annual average gross receipts over the past three (3) years], AS WELL AS TYPE(S)/SUB-SET(S) OF SMALL BUSINESS, IF/AS APPLICABLE. (4) Specialized Experience and Technical Competence. Provide three (3) project examples, where experience should have occurred in the last five (5) years. Project examples should demonstrate specialized experience and technical competence to execute the types of projects and activities as indicated in paragraph above titled 'SCOPE OF REQUIREMENT' FOR EACH PROJECT EXAMPLE PROVIDED, include a brief description of the project (scope), dollar value, offeror's role as a prime contractor or subcontractor, project duration (start/end dates), utilization of small business concerns/small business participation and associated past performance appraisal/evaluation/ratings, if available (e.g. completed CPARS/ACASS evaluation, PPQ), with customer/owner name with point of contact and contact information (phone number and email address) of someone from the customer/owner who can verify the information provided. The Government reserves the right to verify, confirm, follow-up on, etc. information provided with response, as it determines necessary. Past performance appraisal/evaluation/ratings will not be counted against the ten (10)-page page limit specified above. (5) Professional Qualifications. Demonstrate professional personnel qualifications sufficient to meet the scope of this requirement, e.g. via a list or table of registered professionals in the following key disciplines (firm of employment for all personnel identified shall also be noted): a. Project Manager b. Civil Engineer with emphasis in Airfield Engineering c. Construction Pavement Engineer d. Geotechnical Engineer e. Materials Engineer f. Structural Engineer g. Mechanical Engineer h. Architect i. Soil/Paving Laboratory Technician j. Electrical Engineer (NAVAIDS i.e. ILS, PAR, etc. and aviation lighting) k. Estimator l. Clerical m. CADD Operator (6) Capacity. Demonstration/discuss capability and capacity to perform WORLDWIDE. Demonstrate capability and capacity to perform services on multiple task order awards concurrently. Be specific regarding dollar amounts and ability to meet schedules. Discuss/demonstrate items such as team organization, quality control procedures, cost control and coordination of in-house disciplines and subconsultants/subcontractors. Include in this section any Teaming Arrangement, Joint Venture or Mentor-Prot g information, if/as applicable. (7) Other-Than-Small Business ( quote mark Large quote mark Business) service providers shall include documented compliance with an approved Small Business Subcontracting Plan, if available. -------------------- Responses to this Sources Sought Announcement are due no later than close of business, Friday, 5 June 2015. Email your response to Ms. Jessica Jackson, Contract Specialist, at jessica.r.jackson@usace.army.mil. Other forms of submission (e.g. regular mail, hand-delivered, facsimile) will not be accepted. Responses received after the stated due date/time will not be considered. NO ADDITIONAL INFORMATION WILL BE PROVIDED DURING THE ANNOUNCEMENT PERIOD; DO NOT SUBMIT QUESTIONS, IN ANY FORMAT (E.G. PHONE, EMAIL). Personal visits to discuss this announcement will not be allowed. Service providers must be registered in SAM (www.sam.gov) to be eligible for award of Government contracts.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-15-S-M006/listing.html)
 
Place of Performance
Address: USACE District, Omaha 1616 Capital Ave, Omaha NE
Zip Code: 68102-4901
 
Record
SN03739813-W 20150523/150522000028-e02422ab106c366b3cafd6185f88a920 (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.