Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 08, 2015 FBO #4975
SOURCES SOUGHT

C -- ARCHITECTURE-ENGINEERING CONTRACTS FOR CIVIL WORKS DESIGN

Notice Date
7/6/2015
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
 
ZIP Code
95814
 
Solicitation Number
W91238-15-S-0006
 
Archive Date
8/4/2015
 
Point of Contact
Melissa A. DeNigris, Phone: 916-557-5137, Carolyn E Mallory, Phone: 916-557-5203
 
E-Mail Address
Melissa.A.DeNigris@usace.army.mil, Carolyn.E.Mallory@usace.army.mil
(Melissa.A.DeNigris@usace.army.mil, Carolyn.E.Mallory@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. The U.S. Army Corps of Engineers, Sacramento District is conducting market research to facilitate a determination of the acquisition strategy for this procurement. The determination of the acquisition strategy for this procurement lies solely with the Government and will be based on market research and information available to the Government from other sources. The Sacramento District is conducting this market research to identify businesses which have the capability to perform Civil Works Design. 1. CONTRACT REQUIREMENT: The anticipated contract, when solicited, will be procured in accordance with the Brooks Architect-Engineer 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 the North American Industrial Classification System Code (NAICS) 541310, Architectural Services. The Small Business size standard for this code is $7,500,000.00. To be considered a Small Business under this NAICS codes, the respondent's average revenue for the last three fiscal years cannot be more than $7,500,000.00. If the respondent's average revenue for the last three fiscal years is over $7,500,000.00, the respondent is not considered a Small Business. All respondents MUST identity their business size relative to the NAICS code. Respondents are required to state whether the firm is a Large Business, Small Business, 8(a) Program Participant, HUBZone Small Business, Small Disadvantaged Business, Women-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. The Government anticipates issuing a Firm-Fixed-Price (FFP) Multiple Award Task Order Contracts (MATOC) for five (5) years with a combined anticipated capacity of $30,000,000.00. Additionally, the Government anticipates issuing a FFP Small Business MATOC or Single Award Task Order Contract (SATOC) with a capacity of $10,000,000.00. If the contract is set-aside for Small Business, FAR 52.219-14, Limitation on Subcontracting, will be included in the contract. This 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 A-E services are to provide Civil Works Design services to the U.S. Army Corps of Engineers (USACE). Projects will primarily be within the Sacramento District boundaries. However, the contracts may also be used by other Districts within the South Pacific Division (Sacramento, San Francisco, Los Angeles and Albuquerque Districts) to encompass the entire SPD geographic area of responsibility. SPD includes both military boundaries (CA, NV, UT and AZ) and civil works boundaries (CA, NV, UT, AZ and portions of OR, ID, CO and WY). A specific scope of work and services will be issued with each task order. 3. QUALIFICATIONS: All interested firms are encouraged to respond to this notice and may respond to this announcement by submitting a capability statement which addresses the following key areas: a. A-E services are required to provide the full spectrum of design disciplines on all or portions of Civil Works projects. The primary emphasis of A-E services will focus on Civil Works Projects; however, design services may also include construction phase services (CPS), Military Construction (MILCON) and Hazardous Toxic Radiological Waste (HTRW) projects. Task orders issued under the contract may range in scope from a small study to a new project design for Civil Works projects. The design services may include design of new facilities and/or modification/improvement of existing facilities. Demolition of existing facilities may require provisions for abatement of asbestos and/or lead based paint removal to be included in the design documents which in turn would require A-E investigation to be done. b. Civil Works project studies and designs could involve levees, floodwalls, dams, spillways, pumping stations, various mechanical gate structures, stilling basins, hydraulic flow control structures, bridges, buildings, infrastructure (road and utility) systems, operations and maintenance manuals, dam safety risk analyses, and flood damage reduction project/system risk based analysis. Civil Works studies may also include, but not be limited to, the evaluation of flood damage and risk, preparation of engineering analysis, acquisition of geotechnical (explorations), topographic and hydrographic data, material testing results, hydraulic physical modeling results, constructability reviews, economic analysis, environmental documents and environmental restoration to include wetlands development. Input may be required by the full range of disciplines including but not limited to: civil, structural, hydraulic, geotechnical, mechanical and electrical engineering, architectural, landscape architects, hydrology, geology, seismology, surveying, mapping, construction, and cost engineering. Individual task orders may include maintenance and repair type projects and miscellaneous architectural and engineering services associated with Civil Works projects. A smaller emphasis of design services may be for Military Construction and HTRW projects. c. The A-E shall be responsible for designs and drawings using computer aided design and drafting (CADD). Work may be performed in an AutoCAD, Microstation, or equal, environment. BIM work may be performed in either REVIT or Bentley BIM. GIS work may be field, desktop or Internet based. Firms may be required to develop Hyper-Text Mark-up Language (HTML) as the project medium. All final text files generated under a task order shall be furnished to the Sacramento District in Adobe Acrobat (PDF), with a working copy in Microsoft Office MS Word. Drawing files and as-built drawings shall be submitted in AutoCAD or MicroStation, in the same environment as designed, in accordance with the guidance at http://cbbs.spk.usace.army.mil/a-e_guidance.html and http://cbbs.spk.usace.army.mil/cadd.html. The target platform is a Pentium 3.0 GHz, 512 MB Ram and 40 GH Hard Drive with Windows XP Professional operating system. Drawings files produced by scanning documents or records or containing photographic images shall be delivered in PDF. d. The specifications will be produced in PDF electronic digital files. Additionally, the contractor shall have the ability to deliver two or three-dimensional drawings in the current versions of AutoCAD or MicroStation software. The Government will only accept final documents found to be fully operational without conversion or reformatting. Responding firms must show computer and Internet capability for accessing the Criteria Bulletin Board System (CBBS) http://cbbs.spk.usace.army.mil/index.html and the Design Review and Checking System (DrChecks) https://www.projnet.org. Estimates shall be prepared using Corps of Engineers Computer Aided Cost Estimating system (M-CACES Second Generation MII) (software provided by Government) software; however training to use this software and the current pending Cost Book library will require purchasing by the Contractor. This work will include all Architectural-Engineering (A-E) and related services necessary to complete the assigned task orders for studies and designs. 4. SUBMISSION REQUIREMENTS: All interested firms are encouraged to respond to this notice and may do so by submitting a capabilities statement. The capabilities statement is limited to five (5) pages total and shall include the following information: 1. Firm's name, address, point of contract, phone number and email address; 2. Firm's business size - If a Small Business, identify the Small Business type (Small Business, an 8(a) Program Participant, HUBZone Small Business, Small Disadvantaged Business, Women-Owned Small Business, Veteran-Owned Small Business or Service Disabled Veteran Owned Small Business). 3. Demonstration of the firm's experience as a prime contractor on projects of similar size, type and complexity within the past five years. List at least 3 completed projects and include project title and location, a brief description of the project to include dollar amount of the project and work that was self-performed. Please consider the following when preparing your capabilities statements: • Task orders for large businesses will generally contain more complex civil designs with an anticipated value ranging from $150,000.00 to $5,000,000.00 or more and the A-E would be expected to be able to handle multiple task orders throughout SPD. • Task orders for small businesses will generally be less complex civil designs with an anticipated value ranging from $50,000.00 to $1,000,000.00 and the A-E would be expected to be able to handle multiple orders in the Sacramento region but should possess the ability to work within the SPD boundaries as well. The response must be specific to the qualifications listed above to show that the respondent meets the requirements and possesses the necessary skills and experience. If a response does not show that the respondent meets the qualifications and/or does not possess the necessary skills and experience, the respondent will not be considered by the Government. Again this is not a request for proposal 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 shall be submitted via email to Melissa DeNigris at Melissa.A.DeNigris@usace.army.mil no later than 3pm (PST) 20 July 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-15-S-0006/listing.html)
 
Place of Performance
Address: USACE - Sacramento District, United States
 
Record
SN03785859-W 20150708/150706234144-5b1bb2cbbf168fbd4fc7eeee171b5141 (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.