Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2006 FBO #1677
SOURCES SOUGHT

C -- THIS NOTICE IS FOR SOURCES SOUGHT ONLY. THE U.S. ARMY ENGINEER DISTRICT, NEW ORLEANS, IS SEEKING SMALL BUSINESS SOURCES FOR ARCHITECT-ENGINEERING AND CONSTRUCTION MANAGEMENT SERVICES FOR THE LOUISIANA HURRICANE PROTECTION SYSTEM

Notice Date
6/28/2006
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
W912P8-06-SS-0006
 
Response Due
7/7/2006
 
Archive Date
9/5/2006
 
Small Business Set-Aside
N/A
 
Description
THIS NOTICE IS FOR SOURCES SOUGHT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. SOLICITATION, SPECIFICATIONS AND DRAWINGS ARE NOT AVAILABLE. The tracking number for this announcement is W912P8-06-SS-0006. The NAICS code for this proposed acquisition is 541330. The Government will use responses to this Sources Sought synopsis to make appropriate acquisition decisions regarding the type of procurement to be utilized to obtain these services. The US Army Corps of Engineers, New Or leans District, solicits a capability statement from all qualified small businesses to provide engineering services to include design, engineering during advertisement, engineering during construction, construction management, surveying, environmental serv ices, and quality assurance. The magnitude of this engineering requirement exceeds $150,000,000 over a three year period. The following information is provided: PROJECT INFORMATION: 1. The work may involve investigations, comparisons, data evaluations, analysis, design, cost estimating, technical writing, and CADD drafting for design reports, concept studies, plans and specifications or other engineering documents , value engineering, engineering during construction and construction management services. Surveying and the use of aerial mapping are required to support this work. 2. The work may involve the following disciplines: structural, civil, geotechnical, hydrau lic, environmental, mechanical, electrical and cost engineering; construction management (including contract document preparation, on-site inspection, materials testing, quality assurance, submittal management, cost estimating, scheduling, safety and progr ess monitoring, etc), architecture, landscape architecture, and surveying. 3. The work may involve the following types of projects, and work may involve new or existing structures: hydraulic structures such as locks, floodgates, flood control structures, f loodwalls, levees, navigation structures, drainage canals and structures, pre-stressed and post tensioned concrete structures, pumping stations; marine structures such as bulkheads, dolphins, fenders, guide walls, jetties; highway work such as roads, culve rts and bridges; and buildings such as storage facilities, pump houses, or offices related to the structures above. 4. The work may involve the following types of related work: site layout; real estate rights-of-way drawings; HTRW investigations; architect ural treatments; landscaping; soil borings and soil tests to determine soil properties in accordance with the U.S. Army Corps of Engineers geotechnical criteria; pile capacity curves; soil pressures; seepage and dewatering analysis; stability analysis; sur veys and the use of aerial photographic coverage to locate features and develop topographic maps, contour maps, profiles and sections, both land based and hydrographic. 5. The instrumentation and evaluation work may involve the following: a. Surveying and instrumentation data gathering for specific features of existing civil works structures such as survey cross sections and profiles, settlement mark readings, joint movement readings, joint alignment readings and piezometer readings. The surveys may include hydrographic, overbank, horizontal distances and control data. Firms must indicate their capability of utilizing Global Positioning Systems and total stations with a data collector system. b. Compiling the field data into the appropriate digital format fo r use in various software e.g. government provided data collector program, government provided cross section plot program, Excel spreadsheet with graphics; c. Producing CADD and Excel plots and plates from the compiled data; d. Analyzing the field data and preparing instrumentation evaluation reports with photos and documentation of the site visit by engineers. The work is associated with several Hurricane Protection and Urban Flood Control projects located throughout the New Orleans Metropolitan Area including the parishes of Jefferson, Orleans, Plaquemines, St. Bernard, St. Charles, and St. Tammany. All interested small business with the capabilities necessary to meet or exceed the stated requirements are invited to submit a Capability Statement consisting of appropriate documentation, literature and brochures and should include: 1) Firm name, address, telephone and fax numbers. 2) Identification of the company as a Small Business (NAICS Code 541330 business size standard is not to exceed $4, 500,000). 3) Past experience with engineering services for multi-million dollar engineering and construction management efforts. 4) References supporting the claim to meet the requirements specified above. Each reference should include the company nam e and title, telephone number, and point of contact. IMPORTANT: responses must be limited to no more than 10 pages. Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Corps in tailoring requirements to be consistent with industr y capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents WILL NOT be notified of the results of the eva luation. Statements that do not meet all requirements or submitted within the allotted time will not be considered. Electronic submissions will be accepted. The responses to this SOURCES SOUGHT synopsis may be e-mailed to Timothy.Black@mvn02.usace.army. mil or faxed to 504-862-2889, Attn: Timothy Black. Responses must be received no later than 4:00pm Central, Friday, July 7, 2006. NOTE: Contractors must be registered with the Central Contractor Registration to be eligible for contract award or payment from any DOD activity. Information on registration may be obtained by calling 1-888-227-2423 or via the internet at http://www.ccr. gov. Registration requires applicants to have a DUNS number from Dun & Bradstreet. Recommend registering immediately in order to be eligible for timely award.
 
Place of Performance
Address: US Army Engineer District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
Zip Code: 70160-0267
Country: US
 
Record
SN01079477-W 20060630/060628221107 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.