Indefinite Delivery Indefinite Quantity (IDIQ) A-E Contract for Geotechnical-Focused Engineering, Investigation & Design Services in Support of South Pacific Division - Wide Dam & Levee Safety Programs.
SOURCES SOUGHT ANNOUNCEMENT. This Sources Sought announcement is part of a MARKET SURVEY for information and preliminary planning purposes only. This is not a solicitation or pre-solicitation announce... SOURCES SOUGHT ANNOUNCEMENT. This Sources Sought announcement is part of a MARKET SURVEY for information and preliminary planning purposes only. This is not a solicitation or pre-solicitation announcement. No proposals are being requested or accepted with this synopsis. This notice is not to be construed as a commitment by the Government for any purpose other than a MARKET SURVEY. Respondents will not be notified of the results of the MARKET SURVEY. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. The US Army Corps of Engineer, Sacramento District, is seeking capable firms (unrestricted and small business) interested in providing Architect-Engineer (A-E) services meeting the project description. Depending upon the market research of responses received, the proposed acquisitions will be competitive, firm fixed price, indefinite delivery Multiple Award Task Order Contracts. The type of set-aside decisions to be issued will depend upon the responses to this synopsis. The anticipated contract, when solicited, will be procured in accordance with the Selection of Architects and Engineers (40 U.S.C. chapter 11) as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for all of the required work. This procurement will be performed using, but not limited to, North American Industrial Classification System Code (NAICS) 541330 for Engineering Services. The Standard Industrial Code (SIC) is 8711. The Product and Service Code (PSC) is C219. The purpose of this sources sought synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business Community, Section 8(a) Certified Small Business, Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB) and Economically Disadvantaged Women-Owned Small Business (EDWOSB). The Government must ensure there is adequate competition among the potential pool of responsive contractors. The Government intends to use responses to this sources sought synopsis and appropriate contracting and business processes to complete an open pre-solicitation notice in the near future for indefinite delivery indefinite quantity A-E services contract(s), dependent on availability of funds. It is anticipated that there will be multiple pools such as unrestricted and authorized set asides. All contractors are highly encouraged to participate. CONTRACT REQUIREMENT: The anticipated contract type is for five (5) Fixed-Price Indefinite Delivery contracts (IDC) with a performance period of five (5) years (ordering period) consisting of: three (3) Unrestricted IDCs for $30 million each covering complex requirements; two (2) small business set asides for $10 million each covering simple requirements. Large business entities must be able to comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on the portion of the scope of work to be subcontracted. For any small business set-aside, small business firms are reminded under FAR 52.219-14 Limitations on Subcontracting that they must self-perform at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern for service-type procurement. The small business size standard for this code is $15,000,000.00. To be considered a Small Business under this NAICS Code, the respondents' average revenue for the last three fiscal years cannot be more than $15,000,000.00; if the average revenue for the last three fiscal years is over $15,000,000.00, the respondent is a Large Business. All respondents, in their response to this notice, MUST identify their business size relative to the NAICS code. Respondents are required to state in their response whether the firm is a large business, small business, 8(a) program participant, HUBZone small business, small disadvantaged business, woman-owned small business, veteran-owned small business or service disabled veteran owned small business. When the requirement is solicited, firms will be selected for negotiation based on demonstrated competence and qualifications for all of the required work. PROJECT DESCRIPTION: A-E services are required to provide the full spectrum of design disciplines on all or portions of Dam and Levee Safety Civil Works projects (primary), which may include construction phase services and secondarily for Military, MILCON and HTRW projects. Projects will primarily be within the Sacramento District boundaries. The contracts may also be used by other Districts within South Pacific Division (Sacramento, San Francisco, Los Angeles and Albuquerque Districts) to encompass the entire South Pacific Division geographical area of responsibility. Projects will be located within the South Pacific Divisions military boundaries of CA, NV, UT and AZ and the civil works boundaries of CA, NV, AZ, UT, and portions of OR, ID, CO and WY. This work will include all Architectural-Engineering (A-E) and related services necessary to complete the assigned task orders for studies and designs. A specific scope of work and services will be issued with each task order. The selected A-E firms will be required to possess an approved Department of Defense Cost Accounting System; or be capable of obtaining such an approved system, certified by the Defense Contract Audit Agency (DCAA). The Government will likely request audit data from the A-E contractor's accounting system from the DCAA during negotiation of the proposal for the requirement. SUBMISSION REQUIREMENTS: Your firm is invited to submit your expression of interest in this requirement and statement of your capabilities in performing the work identified in the project description. Responses to this NOTICE 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. Statement of Capability (SOC) stating your firm's knowledge and experience based on the key areas identified below. 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). If your firm's role was as a sub-contractor, describe the services your firm provided. For each project listed in your SOC as the prime contractor, please provide a title, total contract amount, description of the work, and location. a. Design: Civil Works project designs could involve levees, floodwalls, dams, spillways, pumping stations, various mechanical gate structures, stilling basins, hydraulic flow control structures, bridges, buildings, infrastructure (road and utility) systems, and operations and maintenance manuals, . b. Study/Investigation: Civil Works studies may include, but not be limited to, cost/benefit analysis, quantitative and qualitative risk assessments, dam and levee inspections, preparation of engineering analysis, acquisition of geotechnical/geophysical/topographic/hydrographic data, material testing, hydraulic physical modeling, and constructability reviews. c. Military: Military projects may include, but not be limited to, foundation characterization/remediation for military/vertical construction, dam/bridge inspection. d. Primary discipline(s) required is/are Civil Engineer, Geotechnical Engineer, Hydrologic Engineer, Hydraulic Engineer, Structural Engineer, Mechanical Engineer, Electrical Engineer, Geophysicist, Cost Engineer, Hydrogeologist, Geologist, Seismologist, Risk Assessor, Project Manager, Surveyor, GIS Specialist, CADD Designer, and CADD Operator. Secondary disciplines which may include Economist, and Environmental Planning. e. Individual task orders may include maintenance and repair type projects and miscellaneous architectural and engineering services associated with civil works projects. Construction phase services may also be required. f. The contractor shall be responsible for products being completed per the latest A-E Guide and proving the capability to access ProjNet (formally called DrChecks) at www.projnet.org. A-E Guides can be requested from Jerry Frost, Chief of the Engineering Support Branch, at jeremiah.a.frost@usace.army.mil and ProjNet access help can be requested from Joy Ng, ProjNet Coordinator, at joy.r.ng@usace.army.mil. The qualification statement is limited to 6 pages total. For small business concerns, your Small Business Administration certification of small business status and type of small business is required with this submittal, but will not be counted in the total pages. The responses must be specific to each of the qualifications listed above to show that the respondent meets each qualification or has the skills and experience; if a response does not show that the respondent meets each of the qualifications and possesses the skills and experience, it will not be considered by the Government. DO NOT submit a SF 330 alone in response to this NOTICE. Submissions will be evaluated on the team, prime and subcontractor personnel. The submission of your interest is not a prerequisite to any potential future offerings, your participation will assist the Sacramento District in identifying sources with required capabilities. If a determination is made by the Government to compete this requirement, then a solicitation will be synopsized in FedBizOpps only (https://www.fbo.gov) at a future date. The sources sought announcement number will be indicated in that announcement. Submit your expression of interest and information as a PDF format attachment to an e-mail, addressed to Carolyn.E.Mallory@usace.army.mil, and Harold.Williamson@usace.army.mil.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »