SOURCES SOUGHT
B -- Buffalo District Indefinite Delivery � Indefinite Quantity (IDIQ) contracts for Geotechnical Engineering Services
- Notice Date
- 2/28/2020 10:14:55 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W072 ENDIST BUFFALO BUFFALO NY 14207-3199 USA
- ZIP Code
- 14207-3199
- Solicitation Number
- W912P4
- Response Due
- 3/16/2020 9:00:00 AM
- Archive Date
- 03/31/2020
- Point of Contact
- Kenneth E. Mackay, Phone: 7168794206, Fax: 7168794353, Tyrone B. Palaganas, Phone: 7168794126, Fax: 7168794353
- E-Mail Address
-
kenneth.e.mackay@usace.army.mil, tyrone.b.palaganas@usace.army.mil
(kenneth.e.mackay@usace.army.mil, tyrone.b.palaganas@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a sources sought announcement. This notice is for market research purposes only and IS NOT a request for proposal, quotation or bid. The Government will not reimburse respondents for any costs incurred in preparation of the response of this announcement. The U.S. Army Corps of Engineers (USACE), Buffalo District, is seeking sources with current relevant qualifications, experience, personnel, and capabilities for a commercial services multiple award task order contract (MATOC). The U.S. Army Corps of Engineers, Buffalo District, requests letters of interest from potential prime contractors (small and large businesses). The Buffalo District intends to issue up to five (5) Indefinite Delivery � Indefinite Quantity (IDIQ) contracts for Geotechnical Engineering Services to be performed primarily within the boundaries of the Buffalo District, which includes the watersheds of Lake Erie and Lake Ontario in the states of Ohio, Pennsylvania, and New York. The total ordering amount over the 5 year period shall not exceed $5.000.000.00. The guaranteed minimum for each contract is anticipated to be $10,000.00. Orders shall be competed for each requirement. Contractor Qualifications: The Contractor shall have qualified staff and equipment to capably perform the work described herein. The staff shall be under the supervision of at least one licensed Professional Engineer. The Professional Engineer shall be registered and have specialized experience in executing geotechnical drilling, sampling, and inspection programs for a minimum of five (5) years. The staff shall also include at least one drilling inspector to provide full time oversight of drilling operations. Preparation of field logs, and collection and protection of samples. The drilling inspector shall possess a Bachelor of Science degree in Geology or Engineering, or be a NICET Certified Technician in Geotechnical Explorations. The inspector shall have a minimum of two (2) years� experience inspecting geotechnical drilling and sampling programs. The Contractor shall have the necessary equipment and personnel to perform geotechnical drilling and sampling, including a minimum of two (2) rotary drill rigs, owned or leased, by the Contractor, and a minimum of two (2) drill crew chiefs each with a minimum of three (3) years� experience performing geotechnical drilling and sampling programs. Geotechnical laboratory testing shall be in accordance with applicable ATSM standards. Some task orders may require geotechnical drilling/sampling from a barge procured by the Contractor. Barges shall have at least two corner spuds. The spuds shall be capable of stabilizing the barge in a water depth of up to 40 feet with wave heights up to 3 feet. SUBMISSION REQUIREMENTS: ALL business concerns are invited to submit a statement of interest in response to this market survey. Responses to this SOURCES SOUGHT must contain the following information: 1. Statement that your firm is interested in submitting a proposal for this project if it is formally advertised. 2. Name of the firm to include address, phone, and Point of Contact. 3. Company CAGE code and DUNS number. 4. Identify small business status. �5. Statement of Capability (SOC), which is not to exceed four (4) pages, stating your firm's knowledge and experience, within the last 5 years, based on the key areas identified above. Identify whether any work stated in the SOC was completed independently as the prime contractor, or affiliated with another contractor (in a joint venture or as a subcontractor). For each project listed in your SOC as the prime contractor, please provide a title, total contract amount, description of the work, location, and date completed. If your firm's role was as a subcontractor, describe the services your firm provided. This is not a solicitation. No awards will be made from this sources sought synopsis.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/34c42b942f4248e3bfd9a3f476eb1269/view)
- Place of Performance
- Address: Buffalo, NY 14207, USA
- Zip Code: 14207
- Country: USA
- Zip Code: 14207
- Record
- SN05576150-F 20200301/200228230315 (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 |