Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 15, 2017 FBO #5805
SOURCES SOUGHT

C -- A-E IDIQ - Geotechnical

Notice Date
10/13/2017
 
Notice Type
Sources Sought
 
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
W912DW18R0008
 
Archive Date
11/11/2017
 
Point of Contact
Shawna West, Phone: 206-764-6575
 
E-Mail Address
shawna.west@usace.army.mil
(shawna.west@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
I. Sources Sought a. This is a Sources Sought announcement for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this Sources Sought. This is not a solicitation or a request for proposal (RFP) and no contract shall be awarded from this Sources Sought. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information requests. b. The purpose of this Sources Sought is to gain knowledge of interest, capabilities, and qualifications of interested U.S. Architecture-Engineer (A-E) firms who have the demonstrated capabilities in meeting the project description listed below, and to address any questions, recommendations, or concerns from industry. Responses to this Sources Sought will be used by the Government to make appropriate acquisition planning decisions. Both large and small business A-E firms are encouraged to respond to this Sources Sought. c. The proposed work will be performed under the North American Industry Classification System (NAICS) code 541330, Engineering Services. d. The U.S. Army Corps of Engineers, Seattle District (NWS) anticipates soliciting and awarding one (1) Indefinite-Delivery Indefinite-Quantity (IDIQ) contract under PL-92-582 (the Brooks Act) and FAR Part 36 procurement procedures. Both large and small business A-E firms are encouraged to respond to this Sources Sought announcement; however, if sufficient numbers of small business A-E firms demonstrate interest, capabilities, and qualifications, the Government may choose to set-aside the acquisition for small businesses. For the purposes of this procurement, a firm is a small business if its annual average gross revenue, taken the last 3 fiscal years, does not exceed $15M. For more information concerning NAICS and SBA size standards, go to http://www.sba.gov. e. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. f. The IDIQ contract will consist of a three (3) year period (3-year base, with no option period). The total monetary capacity for this contract is $5,000,000.00 ($5.0M) cumulative for the 3 year period. g. Overview of the Project: Geotechnical services are required to support NWS missions. The contract will be primarily for work in Washington, Idaho, Montana, and Oregon. A specific scope of work specifying the services required will be issued with each task order. Specialized knowledge, expertise, and past experience that would significantly benefit the customers of NWS is preferred. h. Description of the Project: A-E services required for this contract may include, but not be limited to, geotechnical-related services routinely required for military and IIS projects (ex: foundations and geophysical investigations, subsurface utility engineering, local road improvements, and parking areas), and smaller scale civil works projects (ex: levees). Requirements for Task Orders under this acquisition may include geotechnical investigations, analyses, and professional recommendations (design parameters) that support execution of separate design and construction activities via other A-E contracts, in-house resources, or used for future project planning (constraints, repair or rehabilitation options, etc. ). The work includes the exploration, geologic mapping, sampling, testing, design and analyses of embankments, foundations for structures and similar facilities, blast design, geophysical exploration, and rock mechanics investigations for one or more project phases, and other services as required by the Government. II. Submission Requirement: a. Responses to this Sources Sought shall be limited to 5 pages and shall include the following information. Clarification and/or questions shall be submitted in a separate word document and will not count toward the 5 page limitation. 1. Offeror's name, address, point of contact, phone number, and email address. 2. Offeror's business classification (i.e., small business, small disadvantaged business, woman-owned small business, veteran owned small business, service disabled veteran owned small business, historically underutilized business zone, 8(a) program, or other than small business/large business) 3. Offeror's interest in the solicitation if it is issued. 4. Offeror's capability to meet project requirements. 5. Offeror's Statement of Capability to perform a contract of this magnitude and complexity. Identify whether the work was completed independently as a prime contractor or affiliated with another contract (e.g., joint venture, subcontractor, etc.). If your role was as a subcontractor, describe the design services your company provided. For each project listed, provide a brief description of the project, customer name, date of performance, customer satisfaction, and dollar value of the project. Provide at least three (3) examples. b. Offerors shall NOT submit an SF330 in response to this Sources Sought announcement. c. Submission of 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 released, it will be synopsized in FedBizOpps ONLY (www.fbo.gov). d. Interested Offerors shall respond to this Sources Sought no later than 1400 (PST) 27 October 2017. e. All interested firms must be registered in the System for Award Management (SAM) to be eligible for award of government contracts. For information on opening a SAM account, see the following link: https://www.sam.gov/sam/transcript/Quick_Guide_for_Contract_Registrations_v1.7.pdf f. Email responses to Ms. Shawna West, Contract Specialist, at shawna.west@usace.army.mil. g. Points of Contact: 1. Contracting: Shawna West, shawna.west@usace.army.mil 2. Technical: Travis Shaw, travis.c.shaw@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW18R0008/listing.html)
 
Place of Performance
Address: Primarily WA, ID, MT, and OR, United States
 
Record
SN04713168-W 20171015/171013230812-fdb7070149ebdff3318bb944302e475f (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.