Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 22, 2016 FBO #5325
MODIFICATION

C -- Planning and Engineering Services for Civil/ Military Projects in the Northwestern Division of the Corps of Engineers

Notice Date
6/20/2016
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755, United States
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-16-0106
 
Archive Date
7/13/2016
 
Point of Contact
Amy Wooldridge, Phone: 206-764-6575, Anil Nisargand, Phone: 206-764-3828
 
E-Mail Address
amy.a.wooldridge@usace.army.mil, Anil.L.Nisargand@usace.army.mil
(amy.a.wooldridge@usace.army.mil, Anil.L.Nisargand@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Description: Sources Sought Synopsis Reference Number: W912DW-16-0106 Notice Type: Sources Sought Planning and Engineering Services for Civil/ Military Projects in the Northwestern Division of the Corps of Engineers I. Synopsis: a. This is a Sources Sought Synopsis to conduct market research, is for information only and is to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. This is not a solicitation or a request for proposal (RFP) and no contract shall 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. After review of the responses to this notice, and if the Government still plans to proceed with the acquisition, a separate solicitation announcement will be published in FEDBIZOPPS. b. The purpose of this synopsis is to determine the interest, availability, qualifications and capabilities of both Large and Small businesses located in Washington, Oregon, Idaho, Montana and Alaska (Alaska if 8 (a)). This notice is to gain knowledge of potentially qualified Large Businesses, Small Businesses (SB), 8 (a), Small Disadvantage Business (SDB), Woman Owned Business (WO), Economically Disadvantaged Woman Owned Small Business (EDWOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), or HUBZone prime contractor business sources and their size classifications relative to the North American Industry Classification System (NAICS) code of 541330, Engineering Services. For the purposes of this procurement, a firm is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $14 million. Large business firms will be required to submit a detailed subcontracting plan specific to the subcontracted work (compliant with FAR 52.219-9). If the selected firm intends to submit a plan with lesser goals, it must submit written rationale in the plan as to why the above goals cannot be met. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. All interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements. Firms formally organized as design firms that have associated specifically for this project, consortia of firms or any other interested parties may submit information. Associations may be as joint ventures' or as key team sub-contractor. Any legally organized Offeror may submit information, provided that the Offeror or Offeror's subcontractor has or will have professional architects and engineers, registered in the appropriate technical disciplines. Responses to this Sources Sought Synopsis will be used by the Government to make appropriate acquisition planning decisions. c. The proposed work to be performed under the following North American Industry Classification (NAICS) codes: 541330 for Engineering Services. d. The U.S. Army Corps of Engineers, Seattle District (NWS) anticipates soliciting, negotiating and awarding at least two indefinite-delivery-indefinite-quantity (IDIQ) Cost type contracts for five (5) years. The total monetary capacity for the contracts is up to $20,000,000. This potential acquisition will be for Architect/Engineer (A/E) services, and will be procured in accordance with the Brooks A/E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. e. Description of Project: The work to be performed under this contract is primarily for Seattle District and will consist of miscellaneous water resource related civil works planning, analysis, studies, design and engineering, for flood control, fish passages and fish monitoring, cranes, pumps and other equipment replacement and new installations for hydro-electric dams. The district boundaries span four states, Washington, Oregon, Idaho, and Montana. The awarded contracts will be available for use by other Corps of Engineers districts within Northwestern Division of the Corps of Engineers. These include Portland, Walla Walla, Omaha and Kansas City Districts. The following work shall be performed in accordance with Corps of Engineers policies and procedures including but not limited to: project management, reconnaissance reports, hydraulic and hydrologic engineering, geomorphology engineering, site investigation and mapping, survey, plan formulation, feasibility reports, environmental studies and impacts, endangered species assessments/evaluations, technical review of reports, design analyses, and plans and specifications, value engineering of proposed projects, economic and financial analyses, overall design analysis of alternatives, developing plans and specifications, public involvement, cost estimating using MCASES, and engineering during construction. Services shall be accomplished in the contractor's office with the exception of such field investigations and field surveys as required at the project site. The Government will not provide any direct supervision of Architect Engineer (A-E) employees. II. REQUIREMENT: a. Offerors response to this Synopsis shall be limited to 10 pages and shall include the following information: (Clarifications and or questions shall be submitted in a separate word document and will not count towards the 10 page limitation) • Offerors name, addresses, point of contact, phone number, and e-mail address. Offerors interest in bidding on the solicitation when it is issued. • Offerors capability to meet project requirements. • Offerors' Statement of Capability to perform a contract of this magnitude and complexity. Your firm shall identify whether the work was independently completed as a prime contractor or affiliated with another contract (joint venture or as a subcontractor.) If your role was as a subcontractor, describe the design services your company provided. For each project listed, please provide a brief description of the project, customer name, date of performance, customer satisfaction and dollar value of the project. Offerors' should provide at least 3 examples. • Offerors SHALL NOT submit a SF330 in response to this Sources Sought Announcement. b. Submission of your interest is not a prerequisite to any potential future offerings, but participation will assist NWS in identifying sources with required capabilities. If a solicitation is later released, it will be synopsized in FedBizOpps only, the FedBizOpps link is www.fbo.gov. c. Interested Offerors shall respond to this Sources Sought/Market Survey Synopsis no later than 16:00 hrs (PST) 28 June 2016, Pacific Standard Time. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Email responses to: Ms. Amy A. Wooldridge, Contract Specialist, CENWS-CT-A, Seattle District, Email address: amy.a.wooldridge@usace.army.mil. Email is the preferred method when receiving responses to this synopsis. d. Contracting Office Address: US Army Corps of Engineers Seattle District 4735 E Marginal Way S Seattle, WA 98134 e. Point of Contact(s): Technical POC: Anil Nisgrand Anil.L.Nisargand@usace.army.mil Contracting POC: Amy A. Wooldridge amy.a.wooldridge@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-16-0106/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Seattle District, 4735 E Marginal Way S, seattle, Washington, 98134, United States
Zip Code: 98134
 
Record
SN04155807-W 20160622/160620234828-e790d50fbe9cc6560868e0b900b17e2a (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.