Inland Navigation and Water Resources Planning Services
SOURCES SOUGHT NOTICE FOR MARKET RESEARCH ONLY – This notice does not constitute a solicitation announcement or restrict the Government to an ultimate acquisition approach and NO AWARD will occur from... SOURCES SOUGHT NOTICE FOR MARKET RESEARCH ONLY – 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 occur through the Huntington District. However, work may occur outside the Great Lakes and Ohio River Division as the Inland Navigation Center is a National Center and has projects across the Nation. This NAICS code assigned to this procurement will be 541330. Contractor shall demonstrate through professional registration, company and personnel resumes, executed examples, and supporting customer feedback documentation the ability to provide Planning Services support of the following activities: A working knowledge of the Corps six-step planning method as described in Corps of Engineer Regulation (ER 1105- 2-100) and its application to such agency missions as flood risk management, ecosystem restoration, navigation, hydropower, water supply and watershed planning. Contractor shall be capable of applying certified Corps federal statutes, regulations and planning models as may be needed to address water resources problems with emphasis on the National Environmental Policy Act (NEPA) 40 CFR 1500 – 1508, including but not limited to associated federal laws and implementing regulations such as the Endangered Species Act, Clean Water Act, Clean Air Act, National Historic Preservation Act, and Engineering Regulation 200-2-2. Contractor shall be capable of applying certified Corps models as may be needed to address Planning Services and capability must be exhibited in these areas: Economic analysis Plan alternatives identification, formulation, analysis and cost evaluation Physical and Biological baseline condition (including Cost-Effectiveness and Incremental Cost Analysis used for Habitat Units and mitigation) National and regional demographic and economic forecasts Environmental Impact Assessments Biological Assessments Master planning Public involvement programs Ecosystem restoration techniques/measures Development of reconnaissance level/preliminary concept plans Historic property and cultural resource management Water resources planning, investigations and analysis Environmental baseline studies and impact assessment Landscape architecture and community planning Watershed Planning Community planning Site planning Terrestrial and aquatic environmental design Architectural renderings Landscape architectural planning and design Landscape design and plant materials plans Visual resource analysis Transportation planning, modeling and economic analysis, with particular attention to deep/shallow draft inland navigation and port studies and peer reviews of these studies; and database management Social impact analysis Transportation system modeling and benefit estimation Bulk, neobulk and container flows and projections Shipper and carrier surveys and interviews Freight transportation rate and cost analyses Navigation externality analysis Intermodal operations planning and Industrial/port site identification and investigation Inland shallow draft and deep draft fleet inventories and forecasts Risk and uncertainty analyses Discrete event simulation analyses of freight transportation features Database management and interface design, implementation and maintenance Technical Writing Proficiency Shallow and deep draft inland navigation planning Financial analysis and planning Mathematical programming (linear programming, genetic algorithm, GAMS, C-plex, and other solver and optimization techniques) Recreation demand modeling and forecasting Marketability and feasibility analyses Regional economic forecasting procedures Geospatial data interpretation and management Post flooding event damage compilations The submission is limited to 15 pages (30 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. 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 $3,000,000.00 in work of the required type within a one-year period and accomplish the anticipated work in an efficient and quality manner. This work would like be for multiple task orders within a given year across a broad geographic area. 6) Verification of Small Business Administration (SBA) certification(s). IMPORTANT NOTICE: Effective September 26, 2018 and in accordance with FAR Clause 52.204-7, “an Offeror is required to be registered in SAM when submitting an offer or quotation, and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.” This does not apply to being able to submit a response for this sources sought but would apply to a synopsis that is posted for similar requirements. All interested contractors should provide a response by close of business, February 14, 2020. Submit your response to Kristin Blake via email at Kristin.D.Blake@usace.army.mil.
Data sourced from SAM.gov.
View Official Posting »