Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2009 FBO #2684
SOURCES SOUGHT

C -- Design and Evaluation of Airfields World Wide

Notice Date
3/31/2009
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Omaha, Attn: CENWO- CT, 1616 Capital Ave, Omaha, Nebraska, 68102-4901, United States
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-09-S-S006
 
Archive Date
5/15/2009
 
Point of Contact
John D Denning,, Phone: 402-995-2053
 
E-Mail Address
john.d.denning@usace.army.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Corps of Engineers, Omaha District, is conducting Sources Sought Announcement as market information only. This information will be used to deterring potential small business interest in a forth coming contract for Design and Evaluation of Airfields Worldwide. Types of services for Design and Evaluation of Airfields required will include concept design, final design, construction administration and phasing services, site investigations, comprehensive airfield layout plans, airfield use studies and reports, and criteria development. THIS IS A REQUEST FOR INFORMATION (RFI) ISSUED TO SMALL BUSINESSED FOR PLANNING PURPOSES ONLY and is NOT a pre-solicitation Notice of Solicitation issuance. Response to this RFI is strictly voluntary and will not affect any firm or corporations ability to submit an offer if and when a solicitation is released. There is NO bid package or solicitation document associated with this RFI. The RFI information is for planning purposes ONLY. It does not constitute a commitment implied or otherwise that a procurement action will be issued. NO entitlement to payment by the Government of direct or indirect costs or charges will arise from or be the result of the voluntary submission by contractor's of their information. Any information submitted by contractors' considered by them to be proprietary must be properly marked. Properly marked proprietary information will be safeguarded in accordance with the applicable Government regulations. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. The purpose of this announcement is to gain knowledge of interest, contractor capabilities, and qualifications of interested contractors. Firms responding must be able to pass security checks, have insurance, and meet other regulatory requirements to gain access to military installations. The Omaha District U.S. Army Corps of Engineers, on behalf of the Transportation System Center of Expertise, is seeking qualified, experienced sources capable of performing the following requirements as shown below. The project includes the design/evaluation of military and civil works airfields at locations throughout CONUS (Continental United States includes Alaska and Hawaii) and OCONUS (Outside Continental United States CONUS). The government may consider multiple contracts if a small business entity possesses most of the specialized experience listed below and/or is not capable of working in the OCONUS area. An indefinite delivery indefinite quantity type contract may be awarded under a future announcement with a contract value of $5 Million Dollars having a maximum duration of five (5) years, consisting of a base year of 1 year and four (4) one year option periods to be exercised at the discretion of the Government. Contractors must be established and registered in the Central Contractor Registration (CCR) system. Note that in accordance with the Federal Acquisition Regulation FAR 52.219-14, Limitations on Subcontracting, the prime contractor is required to perform at least 50% of the labor with its own employees. Firm interested in project will be requested to demonstrate the technical recent, specialized experience and technical competence of the firm (including consultants) in: (1) Design of new airfield pavements including DOD pavement design software (PCASE), (2) Knowledge of Army and Air Force airfield and air space criteria (UFC 3-260-01, 3-260-02, etc ) and Federal Aviation Administration (FAA) standards, (3) Design and evaluation of airfield repair and maintenance projects, (4) Experience in creating design-build Request for Proposal documents, (5) Design of electronic NAVAIDS and airfield lighting, (6) Nondestructive testing/evaluation of existing pavement, (7) Field and laboratory testing of existing pavement and proposed paving materials, (8) Knowledge and experience with sustainable design for airfields, (9) Comprehensive knowledge of DOD material specifications for asphalt and concrete, and (10) Capacity to accomplish a major project within 3 months, including the ability to complete more than one work order at a time. All interested, capable and qualified, are encouraged to reply to this source sought. The received data will be used to define whether enough small business contractors are qualified for a specific set-aside and therefore competition is not limited. The Government is requesting that interested contractors furnish the following information: (1) Company name, address, point of contact, telephone number, and e-mail address. (2) State type of Small Business Community member (Small Business (SB), Small Disadvantaged Business (SDB) to include Section 8(a), Historically Underutilized Business Zones (Hubzone), Veteran Owned Small Business Concerns (VOSV), Service Disabled Veteran Owned (SDVOSB) Historical Black Colleges and Minority Institutions (HBCU/MI), Indian organizations and Indian-Owned economic enterprises) under the North American Industry Classification System (NAICS) Code 541330 "Engineering Services" which contains a size standard of $4.5 million, (3) Identify servicing Small Business Administration District Office, if applicable. (4) State your maximum bonding capacity as of the date of your response. (5) Provide no more than three (3) references, for no more than three (3) of the most recent and relevant contracts, performed within the last three (3) years for each of the requirements. Include name, address, telephone number, and e-mail address of references. Also, provide a brief description of the work performed, role of the contractor to include whether the work was self-performed, contract number, total contract value, and period of performance. Contracts must be same or similar to the work described in this announcement. Existing and potential Joint-Ventures, Mentor-Protégé Agreements and formal teaming arrangements are acceptable and encouraged. Email responses to this request for information is preferred, and should be sent to: john.d.denning @nwo02.usace.army.mil. All questions must be submitted via e-mail or fax. Mailed responses should be sent to: US Army Corps of Engineers, ATTN: CENWO-CT-M/John Denning, 1616 Capitol Avenue, Omaha, Nebraska 68102-4901. Faxed responses should be sent to 402-995-2081.The due date and time for responses to this announcement is 2:00 p.m. (CDT (Omaha NE Time)) April 30, 2009. Point of Contact John Denning 402-995-2053. Responses should be limited to no more than 10 pages. Do not submit product literature or brochures.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=16f6d36dd3130cd7df4a41afd61079ac&tab=core&_cview=1)
 
Place of Performance
Address: World Wide, United States
 
Record
SN01782058-W 20090402/090331221837-16f6d36dd3130cd7df4a41afd61079ac (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.