SOURCES SOUGHT
C -- Design of Dallas Floodway System Drainage Features - Sources Sought Response Document
- Notice Date
- 10/24/2018
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Fort Worth, Attn: CESWF-CT, PO Box 17300, Fort Worth, Texas, 76102-0300, United States
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G19R0007
- Archive Date
- 11/12/2018
- Point of Contact
- Donna Jones, Phone: 8178861056, Linda D Eadie, Phone: 817-886-1085
- E-Mail Address
-
donna.l.jones@usace.army.mil, linda.d.eadie@swf02.usace.army.mil
(donna.l.jones@usace.army.mil, linda.d.eadie@swf02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Response Document This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS, THEREFORE NO PROPOSALS ARE REQUIRED AT THIS TIME. No reimbursement 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 Sources Sought or resulting market research. The U.S. Army Corps of Engineers, Southwestern Division, Fort Worth District has a requirement for Architect-Engineer (A-E) services to concurrently develop seven (7) Design-Build Request for Proposal (RFP) packages (DB RFP) in support of the Dallas Floodway System, located in Dallas, Texas. Value Engineering will be required on all DB RFP packages. General Scope Requirements: The design features include three (3) levee projects (two designs are modifications to existing levees and one design is for a new levee), four (4) interior drainage pump stations and one (1) sump modification. The three (3) DB RFP packages for the levee modifications are to be completed within six (6) months after award of the A-E C-Type contract; each DB RFP package will have a staggered submittal and review schedule within those six (6) months. The four (4) interior drainage pump station and one (1) sump modification designs are to be completed within ten (10) months after award of the A-E C-Type contract; each DB RFP package will have a staggered submittal and review schedule within the ten (10) months. Interested firms would be required to have the ability to concurrently develop seven (7) DB RFP packages for construction projects ranging from $5M to $100M. DB RFPs would be a 35% design package to include plans, specs (utilizing MicroStation), design documentation report (DDR) and a current working estimate (CWE) using MCASES for construction. Deliverables would be a Draft RFP, Final RFP and Corrected Final RFP with a review conference after the Draft and Final submittals. The A-E will respond to bidder inquires during solicitation for construction which is expected to follow after the DB RFP packages are final. Additional requirements that may be needed by the A-E include topographic survey, property survey, geotechnical investigations and H&H modeling. The following summarizes the 7 DB RFP package scopes: 1) Design existing levee 1 to raise the top of the levee to meet a specified level of protection and install new crest access road. 2) Design existing levee 2 to flatten existing side slopes from 3:1 to 4:1. 3) Design new levee 3 to meet to a specified level of protection. 4) Demolition of existing Interior Pump Station 1 and design new Interior Drainage Pump Station 1. 5) Design rehabilitation of existing Interior Drainage Pump Station 2. 6) Design new Interior Drainage Pump Station 3. 7) Demolition of existing Interior Pump Station 4 and design new Interior Drainage Pump Station 4 and a sump modification. The results of the market research will determine the type of business set-asides that will be utilized in the acquisition of one contract for A-E services to design the Dallas Floodway System Drainage Features. 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 (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Woman Owned Small Business (WOSB) and Economically Disadvantaged Women Owned Business (EDOWSB). The Government must ensure there is adequate competition among the potential pool of responsible firms. The A-E contract period of performance is to be determined, but will likely be for a total of two years. The North American Industry Classification System code for this procurement is 541330, Engineering Services, which has a small business size standard of $15M. Small Business firms are reminded under FAR 52.219-14, Limitations 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 the concern for service-type procurement. BASIS OF AWARD: Award will be based on selection of the most highly qualified firm or firms in accordance with Public Law 92-582 procedures and FAR Part 36.6. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities (www.fb.gov). Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated RFP issuance date is on or about 1 February 2019. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and invite firms to register electronically to receive a copy of the solicitation when it is issued. Responses to this Synopsis shall be limited to the completed Sources Sought Response document included as an attachment to this Sources Sought. Interested Firms shall respond to this Sources Sought Synopsis no later than 9 November 2018. All interested firms must be registered at www.sam.gov to be eligible for award of Government contracts. Email your response to CESWF-CT-PreawardProposal@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G19R0007/listing.html)
- Place of Performance
- Address: Dallas, Texas, United States
- Record
- SN05133076-W 20181026/181024230503-f2c2449aff1b51a51711b28f1670b081 (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 |