Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 07, 2024 SAM #8076
SOURCES SOUGHT

C -- Indefinite Delivery Petroleum Oil and Lubrication (POL) and Power Generation (PG) Architect-Engineer Contract, Primarily Various Locations, Alaska W911KB24R0024

Notice Date
1/5/2024 11:32:37 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W2SN ENDIST ALASKA ANCHORAGE AK 99506-0898 USA
 
ZIP Code
99506-0898
 
Solicitation Number
W911KB24R0024
 
Response Due
1/19/2024 3:00:00 PM
 
Archive Date
01/19/2025
 
Point of Contact
Michelle Nelsen, Phone: 9077532527, THERESA AFRANK, Phone: 9077532739
 
E-Mail Address
michelle.nelsen@usace.army.mil, THERESA.M.AFRANK@USACE.ARMY.MIL
(michelle.nelsen@usace.army.mil, THERESA.M.AFRANK@USACE.ARMY.MIL)
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. � The US Army Corps of Engineers is conducting market research to facilitate a determination of acquisition strategy. The determination of acquisition strategy for this acquisition lies solely with the government and will be based on this market research and information available to the government from other sources. The U.S. Army Corps of Engineers, Alaska District, is conducting this market research to identify business which have the capability to perform the following work: The U.S. Army Corps of Engineers, Alaska District anticipates an Architect-Engineer Indefinite Delivery Contract (IDC) with a five (5) year ordering period and an estimated total contract value of $49M. The anticipated size of task orders against the contract would most often be between $25,000 and $1,000,000. The AE(s) selected would be required to have sufficient staff, flexibility, and capability to be available on an as-needed basis. This will be an Architect-Engineer Indefinity Delivery-Indefinite Quantity (ID-AE) contract for Petroleum, Oil, and Lubricant (POL) and Power Generation. Typical types of services to be provided may include projects primarily involved in the inspection, maintenance, repair, upgrade, or alteration of existing POL storage facilities, distribution systems, POL support facilities, Electrical Generation and Distribution Facilities and infrastructure.� Projects may also include design of new POL and Electrical Power generation and distribution related facilities.� Work includes A-E services; site surveys, facility inspections, preparation for and participation in design charrettes; technical review, preparation of plans, specifications, design analysis, design build RFPs, programming studies/DD Form 1391 development, construction support services and cost estimates for solicitation of construction for repair/renovation, new construction projects, or engineering studies.� Firms must have primary capability in POL design and engineering or power generation design and should be aware of or capable of acquiring knowledge of design requirements and procedures set forth by the DEFENSE LOGISTICS AGENCY � DEFENSE ENERGY SUPPORT CENTER (DESC) SUSTAINMENT, RESTORATION AND MODERNIZATION (SRM) PROGRAM.� Services incidental to the overall project may also require API 653 tank inspection, piping system evaluation in accordance with API 570, pipe stress analysis, hydraulic and dynamic transient surge analysis, pressure testing, and other services required for out of service inspection and internal pipeline inspection services as well as electrical generation plant emissions testing.� Projects may include but not be limited to above and below ground storage tanks, hydrant systems, fuel distribution pump houses, truck fill stands, piping, valves, trenching, primary and secondary spill containment, SCADA systems, solid and liquid fuel combustion systems, steam generation systems, high voltage electrical generation, high voltage electrical distribution, utilidor conveyance systems and pipeline/tank leak detection systems.� Design of fire detection and fire protection systems, internal building mechanical and electrical systems, and communication systems may be required but are incidental. Project sites may be local as well as remote.� The AE team must have experience in cold regions design. The AE may be required to participate in programming, value engineering and design charrettes and project review conferences. The Government may require that designs be in metric and/or English systems of units. Products shall be produced to Corps of Engineers guidelines and specific formats as set forth by task order.� The firm must demonstrate the ability to: Provide drawings in AutoCAD (version as required by the project); use the latest version of MCACES (cost estimating software furnished by the Government); provide a cost estimate in work breakdown structure (WBS) using MII software; provide draft DD Form 1354, Transfer and Acceptance of Military Real Property,� for design task orders provide electronic bid set (EBS) documents; and use SPECSINTACT for all projects unless otherwise directed in the task order.� Construction support services when required, include: participation in on-site partnering/pre-construction meetings; review construction contractor�s submittals for government approval and for information only; participation in site visits and provide inspection reports at critical points of construction; participation in start-up and commissioning of the systems; attending warranty inspections; participation in �lessons learned� sessions; preparation of operations and maintenance support information manuals. Construction support services may be contracted.� The AE will be required to use the Dr. Check's design review and checking system (permissions and passwords will be distributed on a project-by-project basis).� Systems information required for Dr. Checks includes a web browser program, either Internet Explorer (Microsoft) or Navigator (Netscape) versions 4 .0 or later; the web site is http://www.buildersnet.org/drchecks/� The applicable North American Industry Classification System (NAICS) code is 541330, Engineering Services, and the related small business size standard is $25.5 Million.� THIS IS A SOURCES SOUGHT FOR QUALIFIED PRIME CONTRACTOR FIRMS ONLY. All interested firms are encouraged to respond to this announcement no later than 19 January 2024, 2:00PM AST, by submitting all requested documentation listed below via email to michelle.nelsen@usace.army.mil and theresa.m.afrank@usace.army.mil. Interested firms should submit a capabilities package demonstrating the ability to perform work listed above. Packages should include the following information: (1) Business name, address, point of contact including email address and business size under NAICS 541330. (2) Identification of business type. If a small business, identify small business type (HUBZone, SDVOSB, 8(a), Women Owned Small Business, etc.) (3) Cage Code and DUNS Number (4) Demonstration of the firm�s experience as a prime contractor on projects of similar size, type and complexity within the past five years, List actual projects completed and included projects title and location, a brief description of the project to include dollar amount of the project and work that was self-performed. Responsible source demonstrating relevant experience and the capabilities to perform the work will be considered. System for Award Management (SAM), as required by FAR 4.1102 and 4.1201, will apply to this procurement. Prospective contractors must be registered prior to award. Lack of registration in the SAM database will make an offeror ineligible for award. Information on SAM registration can be obtained via the Internet at https://www.sam.gov/SAM/
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3bb2bf66809e4735a924eb892981e8d0/view)
 
Place of Performance
Address: Anchorage, AK, USA
Country: USA
 
Record
SN06928673-F 20240107/240105230046 (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.