Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 05, 2019 SAM #6580
SOURCES SOUGHT

C -- Support Dam and Levee Safety Engineering, Design, Risk Analysis, Technical Review, Safety Assurance Reviews, Agency Technical Reviews, or Independent External Peer Reviews

Notice Date
12/3/2019 12:47:43 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-DamandLeveeSafetyEngineering
 
Response Due
12/18/2019 12:00:00 PM
 
Archive Date
01/31/2020
 
Point of Contact
John Butts, Phone: 5025136591, Heather Bauer, Phone: 5023156192
 
E-Mail Address
john.c.butts@usace.army.mil, heather.d.bauer@usace.army.mil
(john.c.butts@usace.army.mil, heather.d.bauer@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a SOURCES SOUGHT notice to determine the capabilities of small business firms for a small business set-aside. If your firm is a Small Business, certified HUBZone, 8A, Woman- Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. This notice does not constitute a solicitation announcement, nor does it restrict the Government to an ultimate acquisition approach. No solicitation or technical scope of services is available at this time. The Government will use the responses to this SOURCES SOUGHT notice to make acquisition decisions. Small businesses are strongly encouraged to review this SOURCES SOUGHT and submit according to the directions in this notice. This announcement is to gain knowledge of potential qualified small business sources for Architect Engineering firms to support Dam and Levee Safety Engineering, Design, Risk Analysis, Technical Review (Safety Assurance Reviews (SAR), Agency Technical Reviews (ATR) or Independent External Peer Reviews (IEPR)) and related services. Projects will be within the US and its possessions. The A/E will be required to provide the appropriate personnel, materials, equipment, management, quality and cost controls to perform risk based dam safety engineering, planning, and analyses services. Task order scopes of work may require Expert and Senior level staff, modeling, forensic analysis, planning, engineering investigations/studies, risk assessments, designs, reports, peer reviews, expert opinion elicitations and failure modes analyses for dam and levee projects. Only small businesses will be considered for this SOURCES SOUGHT. The Government must ensure there is adequate competition among the potential pool of available contractors. The North American Industrial Classification System Code (NAICS) is 541330, which has a size standard of $16.5 million in average annual receipts. Award of multiple contracts is being considered. Each contract will likely have a period of performance of five years and have a total shared capacity of $15,000,000.00. Task orders awarded under these contracts will generally be between $20,000 and $750,000. Multiple task orders may be ongoing across the nation at the same time.The following requests are designed to apprise the US Army Corps of Engineers, Louisville District, of any prospective small business A/E’s' project execution capabilities. Please provide your response to the following. The submission is limited to 20 total pages of information. Offeror's name, address(es), point of contact, phone number, and e-mail address. Offeror's capability to perform a contract of this magnitude and complexity and comparable work performed within the past 5 years based on the below criteria. Specialized Experience and Technical Competence: Describe your firms’ specialized experience with respect to: Dam Safety Design and Analysis - Support of site characterization studies, engineering evaluations and analyses in support of hydrologic (e.g. Inflow Design Flood) and seismic loading, consequence studies, dam or levee inspections, levee screenings, levee inventory and review activities, feasibility studies, constructability reviews, policy or guidance development, , or other analyses or studies related to the dam and levee safety programs. Experience with evaluation of bridges, gates, spillways, pumping stations and other appurtenant structures attached to dams, locks, and levees to characterize the project as a whole. Flood Damage Reduction - Risk evaluation of floodwalls, levees, and appurtenant structures, Independent Expert Peer Reviews, Modification Alternatives Development and Evaluation, Design Documentation Reports, and Rehabilitation Reports. Risk Analysis Services - Expert elicitation, risk methodology and policy development, quantitative and screening-level risk analyses for dams and levees, issue evaluation studies, existing condition risk assessments, dam safety modification studies, periodic assessments, consequences estimation, determination of total and incremental risk reduction benefits that can be realized from corrective actions and evaluations under the dam and levee safety programs. Technical Review Services - For dam and levee safety projects safety assurance reviews, agency technical reviews and subject matter expert reviews of reports, studies, risk analyses, risk assessments, construction drawings and specifications and physical construction. Professional Qualifications: Describe the professional qualifications of your firm or team. Provide the number and qualifications of registered professional personnel in the following key disciplines, including years of actual specialty experience: geotechnical engineering, hydraulic engineering, hydrology, geology, geomorphology, geophysics, seismology, mechanical engineering, electrical engineering, structural engineering and civil/site engineering. Personnel for “Dam Safety Design and Analysis” shall be shown in the Levels of Experience listed below. Provide the number and qualifications of the personnel. Level 1 experience includes five to ten (5-10) years of conventional engineering experience for dam/levee safety engineering, design, and/or construction in geotechnical, geological, hydraulic, structural, or civil engineering. Level 2 experience includes ten to fifteen (10-15) years of conventional engineering experience in dam/levee safety. Experience should include all that within the Level 1, plus participation on risk analysis teams for dam and levee systems, potential failure mode analysis (PFMA), estimation of conditional probabilities of failure for static, hydrologic, and seismic failure modes, and estimating loss of life and economic consequences. Level 3 experience includes more than fifteen (15+) years of conventional engineering experience in dam/levee safety. Experience should include all that within Levels 1 and 2, plus experience conducting external peer review, quality control review, consistency of decision and action review of Risk Analysis Reports. Personnel for “Risk Experts” shall be shown in the Levels of Experience listed below. Provide the number and qualifications of the personnel. Level 2R personnel must demonstrate more than ten (10) years of engineering experience in dam or levee safety planning, engineering, design and/or construction, AND a minimum of three (3) years of quantitative risk analysis experience on large, high-hazard potential dams (>75 feet high) or levee systems (>10 feet high and 2 miles long). Experience must meet the requirements of the Level 2, plus participation on risk analysis teams for dam and levee systems Level 3R personnel must demonstrate more than fifteen (15) years of engineering experience in dam or levee safety planning, engineering, design and/or construction, AND a minimum of five (5) years of quantitative risk analysis experience on large, high-hazard potential dams (>75 feet high) or levee systems (>15 feet high and 5 miles long). Experience must meet the requirements for a Level 2R, plus leading risk analysis teams, conducting team elicitation, conducting external peer review and constructing event trees or using risk-based models to estimate risks for dam and levee projects. Past Performance: Describe your firms’ performance during the past 5 years on similar contracts with respect to cost control, quality of work, ability to work independently and compliance with performance schedules as determined from Past Performance Information Retrieval System (PPIRS) and other sources. Quality Management System: Describe your firms’ Quality Management System to include quality control procedures, quality assurance procedures with any subcontracts, and procedures for continual improvement and ensuring customer satisfaction. Capacity: Describe your firms’ capacity to perform approximately $1,500,000.00 through multiple task orders, in a one-year period, and accomplish the anticipated work in an efficient manner. The Government is seeking short statements regarding the company's ability to demonstrate existing expertise and experience in relation to the areas specified herein. Commercial brochures or existing marketing materials may be submitted with the Capabilities Statement and are not included in the page count. Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This posting is for information and planning purposes only and shall not be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition to small businesses. Offers that do not meet all requirements outlined in this SOURCES SOUGHT or submit within the allotted time will not be considered. The Government is seeking the submission of similar projects from respondents. Firms are strongly encouraged to make known their interest and experience in this type of work. Electronic submission via email is preferred. Please email your qualification statement to John.C.Butts@usace.army.mil by 3:00 pm ET on 18 December 2019. If you prefer to mail your submission, please contact SSG Butts via the email above for instructions. Place of Contract Performance: USA This announcement is to gain knowledge of potential qualified business sources for Architect Engineering firms to support Dam and Levee Safety Engineering, Design, Risk Analysis, Technical Review (Safety Assurance Reviews (SAR), Agency Technical Reviews (ATR) or Independent External Peer Reviews (IEPR)) and related services. Projects will be within the US and its possessions. The A/E will be required to provide the appropriate personnel, materials, equipment, management, quality and cost controls to perform risk based dam safety engineering, planning, and analyses services. Task order scopes of work may require Expert and Senior level staff, modeling, forensic analysis, planning, engineering investigations/studies, risk assessments, designs, reports, peer reviews, expert opinion elicitations and failure modes analyses for dam and levee projects.The following requests are designed to apprise the US Army Corps of Engineers, Louisville District, of any prospective A/E’s' project execution capabilities. Please provide your response to the following. The submission is limited to 20 total pages of information. Offeror's name, address(es), point of contact, phone number, and e-mail address. Offeror's capability to perform a contract of this magnitude and complexity and comparable work performed within the past 5 years based on the below criteria. Specialized Experience and Technical Competence: Describe your firms’ specialized experience with respect to: Dam Safety Design and Analysis - Support of site characterization studies, engineering evaluations and analyses in support of hydrologic (e.g. Inflow Design Flood) and seismic loading, consequence studies, dam or levee inspections, levee screenings, levee inventory and review activities, feasibility studies, constructability reviews, policy or guidance development, , or other analyses or studies related to the dam and levee safety programs. Experience with evaluation of bridges, gates, spillways, pumping stations and other appurtenant structures attached to dams, locks, and levees to characterize the project as a whole. Flood Damage Reduction - Risk evaluation of floodwalls, levees, and appurtenant structures, Independent Expert Peer Reviews, Modification Alternatives Development and Evaluation, Design Documentation Reports, and Rehabilitation Reports. Risk Analysis Services - Expert elicitation, risk methodology and policy development, quantitative and screening-level risk analyses for dams and levees, issue evaluation studies, existing condition risk assessments, dam safety modification studies, periodic assessments, consequences estimation, determination of total and incremental risk reduction benefits that can be realized from corrective actions and evaluations under the dam and levee safety programs. Technical Review Services - For dam and levee safety projects safety assurance reviews, agency technical reviews and subject matter expert reviews of reports, studies, risk analyses, risk assessments, construction drawings and specifications and physical construction. Professional Qualifications: Describe the professional qualifications of your firm or team. Provide the number and qualifications of registered professional personnel in the following key disciplines, including years of actual specialty experience: geotechnical engineering, hydraulic engineering, hydrology, geology, geomorphology, geophysics, seismology, mechanical engineering, electrical engineering, structural engineering and civil/site engineering. Personnel for “Dam Safety Design and Analysis” shall be shown in the Levels of Experience listed below. Provide the number and qualifications of the personnel. Level 1 experience includes five to ten (5-10) years of conventional engineering experience for dam/levee safety engineering, design, and/or construction in geotechnical, geological, hydraulic, structural, or civil engineering. Level 2 experience includes ten to fifteen (10-15) years of conventional engineering experience in dam/levee safety. Experience should include all that within the Level 1, plus participation on risk analysis teams for dam and levee systems, potential failure mode analysis (PFMA), estimation of conditional probabilities of failure for static, hydrologic, and seismic failure modes, and estimating loss of life and economic consequences. Level 3 experience includes more than twenty (20+) years of conventional engineering experience in dam/levee safety. Experience should include all that within Levels 1 and 2, plus experience conducting external peer review, quality control review, consistency of decision and action review of Risk Analysis Reports. Personnel for “Risk Experts” shall be shown in the Levels of Experience listed below. Provide the number and qualifications of the personnel. Level 2R personnel must demonstrate more than ten (10) years of engineering experience in dam or levee safety planning, engineering, design and/or construction, AND a minimum of three (3) years of quantitative risk analysis experience on large, high-hazard potential dams (>75 feet high) or levee systems (>10 feet high and 2 miles long). Experience must meet the requirements of the Level 2, plus participation on risk analysis teams for dam and levee systems Level 3R personnel must demonstrate more than twenty (20) years of engineering experience in dam or levee safety planning, engineering, design and/or construction, AND a minimum of five (5) years of quantitative risk analysis experience on large, high-hazard potential dams (>75 feet high) or levee systems (>15 feet high and 5 miles long). Experience must meet the requirements for a Level 2R, plus leading risk analysis teams, conducting team elicitation, conducting external peer review and constructing event trees or using risk-based models to estimate risks for dam and levee projects. Past Performance: Describe your firms’ performance during the past 5 years on similar contracts with respect to cost control, quality of work, ability to work independently and compliance with performance schedules as determined from Past Performance Information Retrieval System (PPIRS) and other sources. Quality Management System: Describe your firms’ Quality Management System to include quality control procedures, quality assurance procedures with any subcontracts, and procedures for continual improvement and ensuring customer satisfaction. Capacity: Describe your firms’ capacity to perform approximately $1,500,000.00 through multiple task orders, in a one-year period, and accomplish the anticipated work in an efficient manner.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0c8e0e76e8224cf8b73180802b061943/view)
 
Place of Performance
Address: 48000, KY 40202, USA
Zip Code: 40202
Country: USA
 
Record
SN05507948-F 20191205/191204050243 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.