Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 17, 2016 FBO #5228
SOURCES SOUGHT

C -- Architect-Engineering (A-E) Services, for Plan Formulation & Environmental - Sources Sought Form

Notice Date
3/15/2016
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, San Francisco, ATTN: CECT-SPN, 1455 MARKET ST., 17TH FL, San Francisco, California, 94103-1398, United States
 
ZIP Code
94103-1398
 
Solicitation Number
W912P7-16-S-0005
 
Archive Date
4/30/2016
 
Point of Contact
Roberto L. Escobedo, Phone: 4155036949, Shirley A. Turnbo, Phone: 415-503-6987
 
E-Mail Address
Roberto.L.Escobedo@usace.army.mil, shirley.a.turnbo@usace.army.mil
(Roberto.L.Escobedo@usace.army.mil, shirley.a.turnbo@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Form This is a Sources Sought announcement and is for information/market research purposes only. 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 information requests. Respondents will not be notified of the results of the evaluation. The United States Army Corps of Engineers (USACE), San Francisco District is planning to solicit for multiple award A-E services Indefinite Delivery Contract (IDC), in accordance with Public Law 92-582 (Brooks Act), FAR 36.6 and the Engineering Pamphlet (EP) 715-1-7. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB) and Economically Disadvantage Woman-Owned Small Business. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUB Zone, EDWOSB and SDVOSB are highly encouraged to participate. It is anticipated that the primary work will be in support of USACE mission's covering civil works, military, U.S. Department of Veteran Affairs (VA) and other International and Interagency Support (IIS) customers. A. Plan Formulation & Environmental Planning Services IDC General Planning: Coordination, advising, and/or leading an interdisciplinary team comprised of, but not limited to, USACE personnel. Identifying problems, opportunities, constraints and objectives; Establishing qualitative and quantitative project outputs (monetary and nonmonetary benefits) and cost estimates to implement alternative plans. Plan Formulation: Formulation of measures and alternative plans. Inventory, forecasting, and the analysis of future without and with-project conditions. Evaluation and comparing alternative plans. Evaluating federal interest (NED and NER) for USACE water resources projects, and preparing SMART Planning milestone conference documents. Developing public and stakeholder involvement; consensus building activities; review and communication plans. Environmental: Prepare draft and final NEPA documents [including CEQA documents] (e.g., EIS, EIR, EA, FONSI). Conducting and preparing supporting documentation for biological surveys for threatened and endangered species, vegetation, habitat and related surveys; BA (project specific and programmatic) related to Section 7 Consultation. Coordinating Fish and Wildlife Service Planning Aid Letters and Coordination act Reports (including NMFS); habitat restoration analyses; evaluating HTRW site clearance phase I analyses for Civil Work projects; sediment suitability testing and related reporting and compliance for navigation and similar projects; air quality analyses related to the Clean Air Act (e.g. General Conformity Applicability Analysis; obtaining Water Quality Certifications required by Section 401 of the Clean Water Act. Preparing material for Section 404 of the Clean Water Act (e.g. 404(b)(1) Analysis); Obtaining other permits, approvals, etc., including Coastal Zone Management Act (CZMA) Consistency Determinations; Marine Protection, Research and Sanctuaries Act (MPRSA); Magnuson-Stevens Fishery Conservation and Management Act, Rivers and Harbors Act and applicable state, regional and local laws. Economics: Conduct benefit-cost and incremental analyses; flood risk management studies including land use inventory data collection, modelling flood damages using USACE approved models (Hydrologic Engineering Center Flood Damage Analysis (HEC-FDA) and HEC- Flood Impact Analysis (HEC-FIA) models. Economic tasks to support navigation projects; utilizing the HarborSym model to forecasts ship fleet mix composition, commodities, and goods. Perform cost effectiveness and incremental cost analysis (CEICA) for ecosystem restoration studies using IWR-Plan (Institute for Water Resources (IWR) Planning Suite Software). Perform cultural resources analyses, cultural resource and archaeological surveys and evaluation reports. Support for various types of Tribal engagement. Design Services: Performing pre- and post-project hydrographic surveys (e.g., dredging, and calculating volumes of dredged material). Developing Dredged Material Placement Plans for projects or suites of projects. Spatial data analysis using geographic information systems (GIS), or CADD, or other industry standard CADD tools.. Hydraulic analyses and design activities including steady and unsteady state analysis using HEC and other industry standard software. Design of structural measures (e.g., levees, channel modification, detention basins, pump stations, etc.) and non-structural measures (e.g., flood proofing, raising in place, etc.). Civil, hydrologic, hydraulic, environmental, structural, geomorphology assistance may also be requested to complete the efforts. The firm must demonstrate the ability to: develop Corps planning reports in accordance with current Corps policy and regulation; provide drawings in AutoCAD (version as required by the project).; use the latest version of MCACES cost estimating software; provide a cost estimate in work breakdown structure (WBS) using MII software; provide electronic bid set (EBS) documents; and use SPECSINTACT for all projects unless otherwise directed in the task order. Construction inspection and other Construction support services may be required. The A-E will be required to use the Dr. Check's design review comment response and checking system (permissions and passwords will be distributed on a project-by-project basis). The San Francisco District anticipates and intends to award three (3) contracts for Five (5) years: Base period of three (3) years and one (1) Option for two (2) years. The total contract capacity is estimated at $30 Million. The North American Industry Classification System (NAICS) code for this procurement is 541330, which has a small business size standard of $15,000,000.00. Location of Services: Projects will primarily be within the San Francisco District boundaries. The contracts may also be used by other Districts within South Pacific Division (Sacramento, Los Angeles and Albuquerque Districts) to encompass the entire South Pacific Division geographical area of responsibility. Projects can be located within the South Pacific Divisions military boundaries of CA, NV, UT and AZ and the civil works boundaries of CA, NV, AZ, UT, and portions of OR, ID, CO and WY. The Official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov at a later date. Firm's response to this Synopsis shall be limited to five (5) pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and email address. 2. Firm's interest in submitting their SF 330, when Synopsis is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to A-E contracts with a similar scope, comparable work performed within the last five (5) years: Brief description of project, customer name, timelines of performance, customer satisfaction, and dollar value of the project)- Provide at least three (3) examples 4. Firm's Business Size 5. Firm's Joint Venture (existing), including Mentor Protégés and teaming arrangement information is acceptable. Please see the attached Sources Sought Form. Interested firms shall respond to this Sources Sought Synopsis no later the 3:00 PM on 15 April 2016. All interested firms must be registered in System for Award Management (SAM) to be eligible for award of Government contracts. Mail or email your response to Roberto Escobedo, USACE San Francisco District, 1455 Market Street, 17th Floor, San Francisco, CA 94103-1398, email: Roberto.L.Escobedo@usace.army.mil is the preferred method when receiving responses to this Synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACAW07/W912P7-16-S-0005/listing.html)
 
Place of Performance
Address: United States Army Corps of Engineers, San Francisco District, San Francisco, California, 94501, United States
Zip Code: 94501
 
Record
SN04050654-W 20160317/160315235008-d0875aa0ff30795c0d311a596c3dd13e (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.