Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 30, 2021 SAM #7273
SOURCES SOUGHT

C -- New Multi-Disciplined Architect-Engineer (A-E) Indefinite Delivery Indefinite Quantity (IDIQ) Services to Support the U.S. Army Corps of Engineers projects at the Washington Aqueduct, Baltimore District.

Notice Date
10/28/2021 10:25:43 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
 
ZIP Code
21201-2526
 
Solicitation Number
W912DR-22-R-0007
 
Response Due
11/12/2021 8:00:00 AM
 
Archive Date
11/27/2021
 
Point of Contact
Keilow King, Phone: 4438532052, Ryan Fernandez, Phone: 4109629430
 
E-Mail Address
keilow.king@usace.army.mil, ryandale.r.fernandez@usace.army.mil
(keilow.king@usace.army.mil, ryandale.r.fernandez@usace.army.mil)
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT, NOT A REQUEST FOR PROPOSALS, QUOATIONS, OR BIDS. This Sources Sought notice is to survey the market of potential sources pursuant to FAR Part 10.� Information obtained by the Government is for informational purposes only and is not to be construed as a commitment by the Government. The Government will not reimburse respondents for any costs incurred for their participation in this Sources Sought. Large and small businesses are encouraged to participate in this request for capabilities.� The Government may base decisions about a future procurement on the responses to this request for capabilities. �The U.S. Army Corps of Engineers (USACE) Baltimore District is contemplating for procurement for multiple-award indefinite-delivery indefinite-quantity (IDIQ) architect-engineer (A-E) contracts with a shared maximum value of $15M.� The ordering period for these contracts will be five (5) years. Work will be in support of the USACE Baltimore District projects at Washington Aqueduct�s Area of Responsibility. The anticipated scope for these IDIQ's will primarily include but not limited to studies, investigations, surveying and mapping, tests, evaluations, consultations, comprehensive planning, program management, conceptual designs, plans and specifications, value engineering, construction phase services, soils engineering, drawing reviews, preparation of operation and maintenance manuals, and other related services. Typical projects may include renovations to facilities, new construction, alterations to the treatment plant, etc.� In general, projects may involve drinking water quality and treatment technology in all aspects of water treatment including, but not limited to: source water quality and protection; flocculation/sedimentation; filtration; disinfection; waste stream handling; chemical strategies; and infrastructure. Also, environmental compliance in support of projects will include, but not limited to, National Environmental Policy Act (NEPA), Emergency Planning and Community Right-to-Know Act (EPCRA), Clean Air Act (CAA), Clean Water Act (CWA), Historic Preservation, U.S. Environmental Protection Agency (USEPA) Standards, DC Department of the Environment Standards and Maryland Department of Environment (MDE) Standards.� The work may also include providing construction phase and other support services including, but not limited to: shop drawing reviews, site visits, technical assistance, on-site representation, and preparation of operation and maintenance manuals, design services, estimating, surveying, field investigation, troubleshooting, measurement, testing and balancing, testing and calibration services, CADD drawing and document preparation and review, design review, operability and maintenance documentation, review of designs, construction management services, studies, engineering consultation, master planning, planning, and reports. Interested sources should submit a Statement of Capabilities (SOC) demonstrating their experience to Keilow King, Keilow.k.king@usace.army.mil, no later than 12 November 2021 at 11:00 AM Eastern Standard Time (EST). The SOC shall conform to the following: On the first page of the SOC, Company name, address, point of contact, phone number, email address of the point of contact, CAGE code, and DUNS number. If submission is from a small business, in consideration of NAICS code 541330, with a small business size standard in dollar of $16.5M, indicate which of the following small business categories your business is classified under: Small Business, Veteran-Owned Small Business, Service-Disabled Veteran-Owned Small Business, Small-Disadvantaged Business, Woman- Owned Small Business, HUBZone Small Business, or 8(a) Business. Indicate if your company is currently registered with the Systems for Award Management (SAM) database. If not, indicate if it has been registered or does it plan to register. Indicate if your company is currently prohibited from doing business with the Federal Government. Yes/No. (If yes, please explain). Indicate the primary nature of your business. Provide at least two (2) but no more than three (3) examples of projects that have been completed within the past six (6) years. These projects should include your interest, capabilities, and input regarding the required technical disciplines to meet all requirement stated in this announcement. The SOC should also include documentation of past specialized experience and technical competence in similar work, including past projects for which your firm was the prime contractor, project references (including owner with phone number and email address), and size of projects and/or contract capacities. The SOC shall not exceed 10 pages (11-point font minimum) in one (1) .pdf file.� Tables, charts, graphs, covers, etc., will not count toward the 10-page count total (smaller font is allowed for these items, but the text must be legible). Telephone inquiries will not be accepted or acknowledged. To protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointment for presentations will be made. No feedback will be provided to companies regarding their submissions. If you have any questions concerning this opportunity, please contact: Keilow King via email � Keilow.k.king@usace.army.mil. Please note that vendors not registered in the System for Award Management (SAM) database prior to award of contracts will not be eligible for an award. Vendors must all be registered in SAM under the applicable NAICS code 541330 as indicated in the advertised RFP to be considered for award. Vendors may register for SAM online at www.sam.gov or by calling 1.866.606.8220
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/89c86e05bd23417399952501fe221a4d/view)
 
Place of Performance
Address: DC 20016, USA
Zip Code: 20016
Country: USA
 
Record
SN06166919-F 20211030/211028230124 (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.