Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 07, 2016 FBO #5340
SOURCES SOUGHT

C -- Master Planning A-E IDC - Survey Monkey Questionnaire

Notice Date
7/5/2016
 
Notice Type
Sources Sought
 
NAICS
541320 — Landscape Architectural Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Tulsa, Attn: CESWT- CT, 1645 South 101st East Avenue, Tulsa, Oklahoma, 74128-4609, United States
 
ZIP Code
74128-4609
 
Solicitation Number
W912BV-16-S-2005
 
Archive Date
8/11/2016
 
Point of Contact
Brenda K. Anderson, Phone: 9186697274
 
E-Mail Address
brenda.k.anderson@usace.army.mil
(brenda.k.anderson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
PDF Version of the Survey Monkey Questionnaire. SOURCES SOUGHT ANNOUNCEMENT #W912BV-16-S-2005 MASTER PLANNING A-E IDC This is a SOURCES SOUGHT announcement for market survey information only, to be used for acquisition strategy planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT ANNOUNCEMENT. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought announcement or any follow up information requests. Respondents will not be notified of the Sources Sought evaluation results. The U.S. Army Corps of Engineers (USACE) - Tulsa District (SWT) on behalf of the Regional Planning and Environmental Planning Center (RPEC) is conducting market research for anticipated Master Planning A-E Services requirements, and intends to solicit firm's SF330s for a 5-year (3-year Base and a 2-year Option) $49.9M Indefinite Delivery Contract(s) (IDCs) in the October-December 2016 timeframe. The type of set-aside decision(s) to be issued will depend upon the responses to this Sources Sought announcement and resultant market research obtained. A broad scope of A-E Master Planning Services are anticipated, which may include but not necessarily be limited to: Vision Plans, Area Development Plans, Renewable Energy Designs, Energy Audits, Net Zero Plans and Tools, Master Planning Tools, Real Property Inventories, Transportation Plans, Base Camp Plans, and related environmental functions including but not limited to Natural Resources Management, Cultural Resources Management, Historic Resources Management, and Water Resources Management, additional tasks that may be identified within the Unified Facilities Criteria (UFC) Installation Master Planning guidance (UFC 2-100-01), as well as other Master Planning A-E services to be accomplished in accordance with all DoD, local, state and federal regulations, policies and goals. Ancillary A-E Environmental services may be required, which could include but not necessarily be limited to: Clean Air Act Support, Clean Water Act Support, Safe Drinking Water Act Support, Waste Water/ Storm Water Program Support, Archaeological Support, RCRA/CERCLA Studies for Environmental Sites, Energy Conservation Support, Prepare Remedial Designs, Engineering Evaluation & Cost Analysis, Environmental Infrastructure Studies & Design, National Environmental Policy Act (NEPA) Support, Lead Based Paint/Asbestos Compliance Support in accordance with all DoD, local state and federal regulations, policies and goals. The purpose of this Sources Sought is to gain knowledge of the interest, capabilities and relevant experience of all business sizes to provide Master Planning and Environmental A-E services for projects assigned to USACE Southwestern Division (SWD) RPEC. Project performance is anticipated to be primarily within the SWD boundaries; however, because of customer agreements, it is anticipated that performance could occur under these contracts outside the geographic boundary of SWD for projects assigned to the RPEC as assigned and approved in accordance with UAI Subpart 7.1 and ER 5-1-10. The Government must ensure there is adequate interest and competition among the potential pool of responsible firms. Interested Small Business, Section 8(a), Historically Underutilized Business Zones ( HUBZone), Woman Owned Small Business, Veteran Owned Small Business, Service Disabled Veteran Owned Small Business (SDVOSB), and Large Business firms are highly encouraged to respond to this Sources Sought. The anticipated contract period of performance is for a Base Period of three (3) years and one Option Period of two (2) years. The total anticipated contract capacity is estimated at $49.9M. The estimated minimum task order amount is $25,000. The estimated maximum task order amount is $5,000,000. The North American Industrial Classification System (NAICS) Code for this procurement is 541320, Landscape Architectural Services, which has a small business size standard of $7.5M. Small Business firms are reminded under FAR 52.219-14, Limitations on Subcontracting, that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Prior Government contract work is not required for submitting a response under this Sources Sought Announcement. Award(s) would be made to the most highly qualified firm (s) based on the Architect Engineer Services selection procedures, sometimes referred to as the "Brooks Act", in accordance with FAR Part 36.6. The official synopsis citing the solicitation number will be issued on the Federal Business Opportunities website, www.fbo.gov in the October-December 2016 timeframe requesting submission of firms' SF330s for selection evaluation; hard copies of the synopsis will not be available. Note that Firms must be registered in the System of Award Management (SAM) to be eligible for award of Government contracts. Contractors responding to this Sources Sought must complete the on-line Survey Monkey questionnaire provided at the URL below. A pdf copy of the Survey Monkey questionnaire is attached to this announcement to assist respondents with completing the on-line survey questionnaire; DO NOT SUBMIT THIS PDF DOCUMENT, IT IS FOR REFERENCE ONLY. It is strongly recommended that respondents review the pdf copy of the survey questionnaire prior to beginning the online survey, as the questions must be answered sequentially and the survey tool does not lend itself to making changes once it's begun. Also, wait for the completed survey questionnaire to fully download before closing the survey website. SURVEY QUESTIONNAIRE LINK: https://www.surveymonkey.com/r/BSNN56N PERSONAL VISITS FOR THE PURPOSE OF DISCUSSING THIS SOURCES SOUGHT WILL NOT BE ENTERTAINED. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. THIS SOURCES SOUGHT CLOSES AT 5:00pm (Central) WEDNESDAY, 27 JULY 2016. THE SURVEY MONKEY QUESTIONNAIRE WILL NO LONGER BE AVAILABLE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-16-S-2005/listing.html)
 
Place of Performance
Address: Projects assigned to USACE Southwestern Division (SWD) RPEC, United States
 
Record
SN04170863-W 20160707/160705234137-ceb840746eb117834ee7ba46f5dc1a1d (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.