Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2017 FBO #5725
MODIFICATION

C -- Construction Phase Services Indefinite Delivery Contract (IDC), United

Notice Date
7/25/2017
 
Notice Type
Modification/Amendment
 
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
W912P7-17-S-0010
 
Archive Date
8/18/2017
 
Point of Contact
Roberto L. Escobedo, Phone: 4155036949, Linda Hales, Phone: 4155036990
 
E-Mail Address
Roberto.L.Escobedo@usace.army.mil, Linda.F.Hales@usace.army.mil
(Roberto.L.Escobedo@usace.army.mil, Linda.F.Hales@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis. This announcement seeks information from industry, which will be used for preliminary planning purposes. If previously submitted under W912P7-16-S-0007, please resubmit due to changes in capacity and increase of scope in the area of responsibility. 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), Historically Black Colleges and Universities/Minority Institutions (HBCU/MI), 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. The United States Army Corps of Engineers (USACE), San Francisco District plans to procure A-E Construction Phase Services in accordance with Public Law 92-582 (Brooks Act), FAR 36.6 and the Engineering Pamphlet (EP) 715-1-7. Construction Phase Services are required to support construction activities and may include tasks supporting projects not yet in construction. The A-E service activities anticipated include a broad range of engineering and construction activities including (but not limited to) assistance and guidance to field and design offices, project management, construction Quality Assurance (QA) inspection and reporting, review of construction contract documents and shop drawings, review of Construction Schedules and Quality Control (QC) plans, and investigation and reporting of construction contractor claims. The A-E firm(s) will act as an independent contractor and not as an agent of the U.S. Government and shall in accordance with the terms and conditions of the contract furnish all labor and supervisory management required for the performance of the work that will be described in separately issued task order scopes of work (SOW). Selected firms may be required to provide personnel on site from 1 to 5 years which may include those associated with QA services, schedulers, civil engineering technicians, CAD technicians, professional licensed engineers and project engineers (registered and non-registered namely architects, mechanical, structural, electrical, certified value engineers, fire protection engineers, geotechnical engineering, NAS schedulers, BIM (Building Information Modeling) specialist, cost engineers, commissioning specialists etc.). The services will be used for projects within the US Army Corps of Engineers South Pacific Division boundaries, to include the states of CA, NV, UT, AZ, and NM, and portions of OR, ID, CO, and WY. The Government will not provide any direct supervision of A-E employees. Based on the results of this sources sought, there could be multiple synopsis, one for Unrestricted (UR) firms and another for Small Business (SB) firms. The contract(s) will include a base period, not-to-exceed (NTE) three (3) year and one (1) option period NTE two (2) years, for a total contract performance period NTE five (5) years. The total contract capacity for all contracts will not exceed an estimated $200,000,000.00. The North American Industry Classification System (NAICS) code is 541330 which has a small business size standard of $15,000,000.00. The Standard Industrial Code (SIC) is 8711. The Product and Service Code (PSC) is C219. If a requirement is a Small Business Set-Aside, then Small Business firms are reminded under FAR 52.219-14 Limitation on Subcontracting that 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. Anticipated solicitation issuance dates are on or about 10 Nov 2017 for Unrestricted and 22 Nov 2017 for Small Business. 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. SUMBISSION REQUIREMENTS FOR SOURCES SOUGHT: Interested statements shall be limited to five pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and email address. 2. CAGE Code and DUNS Number. 3. Firm's statement of capability to perform a contract of this magnitude and complexity (include firm's capability to execute A-E services with a similar scope, 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. SF330s SHALL NOT be submitted in response to this sources sought announcement. 4. Firm's Business Size 5. Firm's Joint Venture (existing), including Mentor Protégés and teaming arrangement information is acceptable. Submission of interest to this sources sought announcement is not a prerequisite to any potential future offerings, but participation will assist the San Francisco District in identifying sources with required capabilities. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this announcement. Interested firms shall respond to this Sources Sought Synopsis no later than 2:00 PM Pacific Standard Time (PST) on 3 August 2017. 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. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACAW07/W912P7-17-S-0010/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, South Pacific Division boundaries, San Francisco, California, 945106, United States
Zip Code: 45106
 
Record
SN04596580-W 20170727/170726042703-c4037cc518857a775526551b00c22385 (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.