Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2019 FBO #6259
SOURCES SOUGHT

C -- Sources Sought Notice Strategic Petroleum Reserve Architect-Engineering Services

Notice Date
1/10/2019
 
Notice Type
Synopsis
 
NAICS
541330 — Engineering Services
 
Contracting Office
SPRO<br />U.S. Department of Energy<br />900 Commerce Road East US 492<br />New Orleans<br />La<br />70123<br />US<br />
 
ZIP Code
70123
 
Solicitation Number
89243519RFE000009
 
Response Due
2/15/2019
 
Archive Date
12/31/2019
 
Point of Contact
Jackel Jr, James Joseph
 
Small Business Set-Aside
N/A
 
Description
The Strategic Petroleum Reserve ™s Project Management Office located in New Orleans, Louisiana, is seeking information about potential sources interested and capable of providing North American Industry Classification System (NAICS) Code 541330 Architect and Engineering Services with a small business size standard of $15.0M. This is not a solicitation; there is no Request for Proposal (RFP) or Solicitation to download or request. THE GOVERNMENT IS SEEKING EXPRESSIONS OF INTEREST WITHOUT LIMITATION AS TO THE SIZE OF THE FIRM. The purpose of this synopsis is to identify Architect Engineering Service Providers with the requisite qualifications to perform design and inspection services for the construction of modifications, additions, and expansions to the Strategic Petroleum Reserve facilities and connecting pipelines. The work will consist of design of mechanical, electrical, instrumentation, civil, control, fire protection and security systems in an industrial petro-chemical environment. The work may consist of feasibility studies, engineering change proposals, conceptual designs, definitive engineering scoped, environmental documents, Title I (preliminary design), Title II (definitive design), and Title III (post approved for construction services). Additional related services may include preparation of construction schedules and cost estimates for bid packages; assistance in the acquisition of local permits, environmental permits, building permits, Corps of Engineers permits, building permits and other clearances. It is important to note that in accordance with Federal Acquisition Regulation 52.219-14, Limitations of Subcontracting; the prime contractor is required to perform at least 50% of the labor with their own employees. Based on qualification, capability and capacity statements received in response to this Sources Sought Announcement, this acquisition may be solicited as a Small Business Set-Aside. All Small Business Community members (Small Business (SB) Small Disadvantaged Business (SDB) to include Section 8(a) Participants, Woman Owned Small Business (WOSB), Historically Utilized Business Zone (Hubzone), and Service Disable Veteran Owned Small Business (SDVOSM) and Veteran Owned Small Business (VOSB)) are encouraged to respond to this notice. It is anticipated that one or more Firm Fixed Price Indefinite Delivery Indefinite Quantity Performance Based Contracts may be awarded in the future. Each contract ™s maximum value is anticipated to be up to $30,000,000.00 and for duration not to exceed 5 years. Award is anticipated on or around February 2020. Types of services required will include concept design, final design, construction phase services, site investigations, studies and reports, and criteria development. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. No reimbursement will be made for any costs associated with providing information in response to this Announcement or any follow-up information requests. The purpose of this announcement is to gain knowledge of interest, capabilities, and qualifications of interested contractors. Responders must be able to pass security checks, have insurance, and meet other regulations requiring access to government installations requirements. Contractors must be established and registered in System for Award Management (SAM) (https://www.sam.gov). The Government is seeking qualified, experienced sources capable of performing the requirements stated herein. Interested A-E Service Provider(s) will be required to demonstrate recent, specialized experience and technical competence of the A-E ™s (including consultants) in: (1) Petroleum storage and transfer, fluids process engineering, salt dome cavern leaching, brine disposal, retrofit of existing facilities, distributed control system, electrical power distribution, instrumentation systems, and construction estimating. (2) Ability to assign an adequate number of qualified key personnel from its own organization and keep them assigned to this project, including a competent supervising representative, along with the availability of additional competent employees, for support of the project taking into consideration the depth and size of the organization and the volume of workloads. Interested Service Provider must demonstrate experience and technical competence by providing specific examples of projects that have been completed including contact references. The Government is requesting that interested A-E Service Providers furnish the following information: (1) Company name, address, point of contact, telephone number, and e-mail address. (2) State size status (Other than Small (OTS) Small Business (SB), Small Disadvantaged Business (SDB) to include Section 8(a), Historically Underutilized Business Zones (Hubzone), Veteran Owned Small Business Concerns (VOSB), Service Disabled Veteran Owned (SDVOSB), Historical Black Colleges and Minority Concerns (HBCU/MI), Indian organizations and Indian-Owned economic enterprises. (3) Identify servicing Small Business Administration District Office, if applicable. (4) Provide no more three (3) references, for no more than three (3) of the most recent and relevant contracts performed within the last three (3) years for each of the requirements. Include name, address, telephone number, and e-mail address of references. Also, provide a brief description of the work performed, role of the A-E to include whether the work was self-performed or subcontracted out, total contract value, and period of performance. Contracts must be same or similar to the work described in this announcement. Existing and potential Joint-Ventures, Mentor-Protégé ™ Agreements and formal teaming arrangements are acceptable and encouraged. Please include your firm ™s DUNs number. Responses to this request for information shall be sent to Mr. James Jackel at: james.jackel@spr.doe.gov. All questions must be submitted via e-mail or fax. Faxed responses should be sent to (504) 734-818-5079. The due date and time for responses to this announcement is 11:00 am, 15 February 2019. Point of Contact is James Jackel at telephone number (504)734-4079. Responses should be limited to no more than 10 pages. Do not submit product literature or brochures. Classification Codes: C Simplified Acquisition? No Type of Action: Architect- Engineering Contract Contracting Officer Name: Mary Roark NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DOE/PAM/HQ/89243519RFE000009/listing.html)
 
Record
SN05191514-F 20190112/190110230015 (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  © 1994-2020, Loren Data Corp.