Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2009 FBO #2860
SOURCES SOUGHT

C -- Architect and Engineering (A-E) Services Primarily Within Westchester County, NY and Other Corps of Engineers Locations within NAD/MSC Boundaries.

Notice Date
9/21/2009
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-09-S-0043
 
Response Due
10/6/2009
 
Archive Date
12/5/2009
 
Point of Contact
Matthew Lubiak, 917-790-8089
 
E-Mail Address
US Army Engineer District, New York
(matthew.lubiak@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Announcement Information for Architect-Engineering (A-E) Services: Indefinite Delivery Contract PL-3005-Mamaroneck for primarily project specific Architect-Engineering (A-E) Services for the Mamaroneck/Sheldrake Flood Risk Management General Re-evaluation Report (GRR), located in Westchester County, New York, as well as other efforts in areas primarily within New York Districts boundaries and other Corps of Engineers locations within NAD/MSC boundaries. THIS IS A SOURCES SOUGHT ANNOUNCEMENT TO BE USED FOR MARKET ANALYSIS ONLY. NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS SYNOPSIS. NO SOLICITATION WILL BE AVAILABLE AT THIS TIME. THE PURPOSE OF THIS ANNOUNCEMENT IS TO GAIN KNOWLEDGE OF POTENTIAL QUALIFIED SMALL BUSINESS CONCERNS DOING WORK UNDER NAICS Code 541330. The purpose of this announcement is to gain knowledge of potential small business sources; specifically small business, certified 8(a), certified HUBZone, and Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. The NAICS Code is 541330 (size standard $4.5 million average annual receipts for preceding three fiscal years). Responses to this Sources Sought Announcement will be used to determine appropriate acquisition decisions for a future procurement. Interested firms must submit a qualifications statement (not more than 20 pages) including but not limited to the following information: a.Self-certification that your firm is an SBA certified small business, 8(a)m HUBZone, or a Service Disabled Veteran-Owned Small Business (SDVOSB) concern b.Indicate proposed team members to include: Name of prime firm and sub-consultants, addresses, role in this contract and POC information of each firm c.Organizational Chart of Proposed Team d.Demonstrate the capability to perform in accordance with EP 715-1-7, Chapter 3-8 (2) c which can be found at http://www.usace.army.mil/publications/eng-pamphlets/ep715-1-7/toc.htm. There is a limitation on subcontracting whereby at least 50% of the cost of contract performance incurred for personnel must be expended for employees of the prime firm as required by FAR 19.508(e) and 52.219-14. e.Total number of employees dedicated to the contract, listing each employees function, professional discipline, professional license listing the state and date of registration f.Resume of the overall Project Manager and senior personnel of each key discipline shown below in the list of professional disciplines g.Demonstrate experience in the required A-E services listed below Required A-E services may include, but are not limited to the following: This contract will provide architect and engineering services primarily for flood risk management, shoreline stabilization and erosion control, coastal processes, and environmental mitigation/restoration studies, which will analyze aquatic ecosystem restoration problems and opportunities throughout the region. This work will be primarily within the New York District boundaries and other Corps of Engineers locations within the NAD/MSC boundaries. This contract will provide integrated architect and engineering services, including, but not limited to, the actual surveying and the interpretation and integration of typographic/bathymetric surveys, biological and cultural resources surveys, GIS data, hydraulic/hydrologic engineering, hydrodynamic modeling, geotechnical engineering, cost estimating, and incremental cost analyses into feasibility reports and related National Environmental Policy Act (NEPA) documents. Other potential tasks may include civil design/structural engineering, study of estuarine ecology, ecosystem restoration design, habitat evaluation, and environmental analysis and assessments as related and required for feasibility study, plan formulation, economic analyses (including the consideration of human life and safety), and report preparation. The contract will also provide for the preparation of a variety of reports and feasibility level NEPA documents, including either an Environmental Assessment or Environmental Impact Statement, that integrate HTRW assessments and both chemical and physical soil borings and sediment testing. Special qualifications include, but are not limited to: capability and experience to use specialized computer programs such as MII (MCACES), Crystal Ball, ArcView, and Microstation CADD, water resources planning, formulation and evaluation, risk and uncertainty analyses, environmental inventorying, design and monitoring of estuarine habitat, environmental testing and analysis, reproduction of studies and reports. The AE must be familiar with current U.S. Army Corps of Engineers regulations, guidelines, and procedures and demonstrate the ability to handle the large volume of work under strict deadlines. The length of the contract is 60 months and does not include option periods. The total capacity of the contract is $12,000,000 with a minimum guarantee of $25,000 (EFARS 36.601-3-90(b)). A/E firms that so not have full in-house capability must also have the capability to manage sub-contractors and insure quality control. The A/E must demonstrate in the submittal its plan for successful quality assurance and integration of all disciplines to insure that a quality product is produced. Supervisory and/or key personnel should have Professional Engineer (P.E.), Project Management Professional (P.M.P.), Professional Land Surveyor (P.L.S.), Professional Wetland Specialist or Professional Planner certification, and should have experience in the following: (1) plan formulation, (2) cost engineering, (3) geotechnical engineering, (4) topometric and hydrographic surveys, (5) mapping, (6) aerial photography, (7) environmental assessments, (8) estuarine habitat restoration, (9) cultural resource assessments, (10) budgeting, (11) construction sequencing, (12) hydraulic modeling, and (13) structural engineering. Projects designed under this contract may require designers to obtain security clearances as well as having physical security measures in place before a firm can do the work. Security clearances are not required at the time of selection or award of a contract. Consideration will only be given to firms that assemble a team of in-house and consultants with a professional staff consisting of the following disciplines: (1)Project Manager (Resume Required) (2)Structural Engineering (Resume Required) (3)Civil Engineering (Resume Required) (4)Mechanical Engineering (Resume Required) (5)Electrical Engineering (Resume Required) (6)Hydraulic/Hydrologic Engineer (Resume Required) (7)Coastal Engineering (Resume Required) (8)Marine Engineering (Resume Required) (9)Cost Engineering (Resume Required) (10)Geotechnical Engineering (Resume Required) (11)Tunnel Engineering (Resume Required) (12)Land Surveyor. (Resume Required) (13)Biologist (Resume Required) (14)Ecologist/Environmental Scientist (Resume Required) (15)Geologist/Hydrogeologist (Resume Required) (16)Site Development (17)Environmental Engineering (18)Soil scientist (19)GIS Specialist (Geographer/Cartographer/Geospatial Data Analyst) (20)Bioengineering (21)Environmental assessment (22)HTRW assessment (23)Habitat assessment (24)Real Estate assessment (25)Cultural Resources assessment (26)Technical Writing (27)Plan Formulation (28)Economics Submit three (3) qualification statements by mail or hand-delivered to: Attn: Matthew Lubiak, CENAN CT, Rm. 1843, U.S. Army Corps of Engineers, NY District, 26 Federal Plaza, New York, NY 10278 Qualifications statements must be received by 06 October 2009, 2:00PM EST. Facsimile transmissions of the qualifications statements will not be accepted. Due to heightened security around 26 Federal Plaza, be prepared to leave ample time to gain entry into the building. This is NOT a commitment on the part of the Government to award a contract as a result of this notice or to pay for any information received. This Sources Sought announcement neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. This Sources Sought Synopsis should not be construed as a commitment by the Government for any purpose. The Government does not intend to rank submittals or provide any reply to interested firms. Submittals will be used for market survey information only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-09-S-0043/listing.html)
 
Place of Performance
Address: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
 
Record
SN01963652-W 20090923/090922000203-b538491602dd512b7078389a259e722a (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.