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, 2017 FBO #5706
SOURCES SOUGHT

C -- $36M Indefinite-Delivery Architect-Engineer Services for Environmental/Planning Engineering of Miscellaneous Projects in the Pacific Region

Notice Date
7/6/2017
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Honolulu, Attn: CECT-POH, Building 230, Fort Shafter, Hawaii, 96858-5540, United States
 
ZIP Code
96858-5540
 
Solicitation Number
W9128A-17-Z-0015
 
Archive Date
8/18/2017
 
Point of Contact
Laurie Arvey, Phone: 808-835-4388
 
E-Mail Address
Laurie.Arvey@usace.army.mil
(Laurie.Arvey@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Honolulu District, US Army Corps of Engineers, is contemplating the award of a multiple Indefinite-Delivery Architect-Engineer Services Contract for Environmental/Planning Engineering of Miscellaneous Projects in the Pacific Region. The IDCs will consist of a one year base period and four one-year option periods. The total contract capacity will not exceed $36,000,000 for all contracts awarded under the solicitation, over the five year period. Each task order issued will be firm-fixed price (as negotiated). This is a Sources Sought Synopsis. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursements will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation. Responses to this Sources Sought Synopsis will be used by the Government to make appropriate acquisition planning decisions. The type of set-aside decisions to be issued will depend upon the responses to this sources sought 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), and Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Project scope: A-E firms must have primary capability in environmental/planning engineering. For environmental, preparing environmental documents under the National Environmental Policy Act (NEPA) as well as State of Hawaii Revised Statutes on environmental protection for the U.S. Army Garrison, Hawaii, to include a full range of NEPA Environmental Analysis to include Section 7 of the Endangered Species Act and Section 106 of the National Historic Preservation Act. Other areas of expertise shall include, but not be limited to, Air Quality, Water Quality/Water Quality Permits, Benthic Communities, Biological Assessments, Essential Fish Habitat, Land Use and Infrastructure. For planning, prospective firms shall indicate their understanding and experience with applying U.S. Army Corps of Engineers (USACE) planning principles as contained in 42 U.S. Code § 1962-3 - Water resources principles and guidelines and further detailed in Engineering Regulation (ER) 1105-2-100 in the development of Federal water resources projects. Additionally, firms should note their understanding and experience with applying a systems approach and integrated water resources planning. The North American Industry Classification System (NAICS) code is 541330 which has a small business size standard of $15,000,000. If a requirement is a Small Business Set-Aside, then Small Business firms are reminded that under FAR 52.219-14, Limitation on Subcontracting, they must self-perform at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of concern for service-type procurement. Selection of A-E firms will be made in accordance with Public Law 92-582 (Brooks Act), FAR 36.6 and Engineering Pamphlet (EP) 715-1-7. Anticipated solicitation issuance date is on or about 1 Oct 2017. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute AE services comparable work performed within the past 5 years): Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4. Firm's Business Size - LB, SB, 8(a), HUBZone, and/or SDVOSB. 5. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable All interested firms must be registered in System for Award Management (SAM) to be eligible for award of Government contracts. Please see www.SAM.gov for additional information. PLEASE NOTE: At this time, the Honolulu District is only interested in responses from prime contractors. Interested firms shall respond to this Sources Sought Synopsis no later than 3 Aug 17, 4:00 p.m. Hawaii Standard Time. Information shall be submitted electronically to Laurie Arvey at laurie.arvey@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-17-Z-0015/listing.html)
 
Place of Performance
Address: Pacific Region, Fort Shafter, Hawaii, 96858, United States
Zip Code: 96858
 
Record
SN04568497-W 20170708/170706234436-651f8dffffe92344f00a671acb362dad (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.