Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 29, 2024 SAM #8342
SOURCES SOUGHT

C -- Engineering and Construction Management Services for Various Civil Works, Environmental, Department of Energy and Military Projects assigned to the Huntington District, US Army Corps of Engineers, Great Lakes and Ohio River Division

Notice Date
9/27/2024 4:37:25 AM
 
Notice Type
Sources Sought
 
Contracting Office
W072 ENDIST HUNTINGTON HUNTINGTON WV 25701-5000 USA
 
ZIP Code
25701-5000
 
Solicitation Number
W9123724R11A5
 
Response Due
10/4/2024 2:00:00 PM
 
Archive Date
10/19/2024
 
Point of Contact
Leslie Rowe, Phone: 3043995702, Samantha L. Stiles, Phone: 3043995705
 
E-Mail Address
leslie.a.rowe@usace.army.mil, Samantha.L.Stiles@usace.army.mil
(leslie.a.rowe@usace.army.mil, Samantha.L.Stiles@usace.army.mil)
 
Description
This notice does not constitute a solicitation announcement or restrict the Government to an ultimate acquisition approach and NO AWARD will occur from this notice. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS are available for this notice. Responses to this Sources Sought notice will be used by the Government to make appropriate acquisition decisions. The purpose of this notice is to gain knowledge of potentially qualified small business sources to include small businesses in the following categories: Small Business, Small Disadvantaged Business, Certified HUBZone, Woman-Owned, and Service-Disabled Veteran-Owned. Work would occur as assigned to Districts within the U.S. Army Corps of Engineers, Great Lakes and Ohio River Division, which includes the Buffalo, Chicago, Detroit, Huntington,�Louisville, Nashville, and Pittsburgh Districts though will primarily be assigned through the Huntington District. Architect Engineer (A-E) shall demonstrate through professional registration, company and�personnel resumes, executed examples, and supporting customer feedback documentation the ability to provide engineering support as follows:� � � � �� Project Information: The work and services to be accomplished will consist of providing, on an individual task order basis, highly technical and specialized training and experience in nuclear engineering, environmental engineering and construction disciplines for performing the following functions for engineering and construction of multi-million dollar, first�of a-kind facilities and for decommissioning, demolition, and environmental remediation projects. Project Management support services could include the following tasks or products: Oversight, review and analysis of contractor�s performance to include: Cost and Schedule progress, Project Management Control Systems and Data Quality, Environment, Safety, Health and Regulatory Compliance, Project Risk Management, Quality Control and Quality Assurance, Baseline Review and Change Control, Engineering & Design, Technical Readiness and Constructability Reviews, Value Engineering, Construction Management, Cost Estimation and Schedule Development, Technical Support, Contract Packaging, Contract Sequencing, and Contract Delivery Approach, Contract Modifications, Claims Avoidance and Mitigation, Requests for Equitable Adjustment, Technical Support for Estimating and Negotiation and Fiscal Management. There will be a requirement for capacity to field multiple teams of up to 15-20 highly trained individuals in multi-disciplines to perform engineering and construction services within a 3 to 12 month time frame at multiple sites. Team members shall be fully trained in various engineering and construction functions associated with the design and construction of larger scale nuclear, environmental, science and cleanup. Team members are also required to have senior level experience in the environmental and construction engineering fields and be licensed engineers with certifications in engineering and construction. Also, team members should be able to obtain Department of Energy clearances to work on DOE project sites. The firm shall have the capacity to field three to five teams consisting of 10 to 20 individuals at any given time to accomplish and achieve customer contractual commitments and schedule deadlines. The firm performing the work will be required to have senior level management that has the capability to manage multiple tasks/projects within very stringent time frames. Individuals shall be trained in CADD, QC/QA construction inspection, Construction Safety, Design and Geotechnical Software, MCACES, MII, Primavera Scheduling Software, Microsoft Professional, Microsoft Access and Acrobat Reader-Writer for the publication of documents and cost estimates. The firm will be required to provide the appropriate personnel, materials, equipment, management, quality and cost controls to perform all phases of engineering and construction services to include, but not limited to, planning engineering investigations/studies; designs; reports; construction plans and specifications; cost estimates; general construction and engineering type surveys; and related services; Computer-Aided Design and Drafting (CADD); construction inspection/quality assurance and startup/commissioning of facilities. Work shall be accomplished in full compliance with established Corps of Engineers, Department of Energy, National Science Foundation and other�s manuals, policies, standards and practices and other professional practices and standards as necessitated by project conditions or job requirement. Drawings must be prepared on a CADD System (the tri-Services CADD Standards) and must be 100% compatible with Intergraph CADD system or translated at 100% compatibility for the A-E. Capability for scanning hard copy into the CADD and 3D design are also preferred.� Work may require using the metric system.� All work shall be prepared to be compatible with MS Windows and all specifications shall use SPECSINTACT format. Prospective firms must have experience in all aspects of engineering and construction services for civil works, environmental, Department of Energy (DOE) and military projects. The submission is limited to 15 pages (30 pages front and back), to include: 1) Offeror's name, address, point of contact, phone number, and e-mail address. 2) Offeror's interest in proposing on a solicitation if issued. 3) Offeror's capability to perform a contract of this complexity and examples of comparable work performed within the past 5 years based on the above criteria. 4) Describe the professional qualifications of your firm, including any lab certifications. Provide the number and qualifications of registered professional personnel in the key disciplines noted above. 5) Describe your firms� capacity to perform up to approximately $18,000,000.00 in work of the required type in a one-year period and accomplish the anticipated work in an efficient and quality manner. 6) Verification of Small Business Administration (SBA) certification(s). Firms are strongly encouraged to make known their interest and experience in this type of work.� Electronic submission via email is mandatory.� Please email your qualification statement to Leslie.A.Rowe@usace.army.mil by close of business September 30, 2024.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/776db231d5b645ad95b43d551229c6f4/view)
 
Record
SN07227818-F 20240929/240927230113 (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.