Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2010 FBO #2988
SOURCES SOUGHT

C -- Indefinite Delivery Indefinite Quantity Architect-Engineer (IDIQ A-E) Contract for American River Common Features, California project boundaries; within the South Pacific Division, Sacramento Boundaries W91238-10-S-0027.

Notice Date
1/27/2010
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-10-S-0027
 
Response Due
2/10/2010
 
Archive Date
4/11/2010
 
Point of Contact
Donna Hammock, 9165575185
 
E-Mail Address
US Army Engineer District, Sacramento
(donna.s.hammock@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT to be used for Market Analysis only to determine whether a minimum of 3 highly qualified A-E firms capable of performing all of the stated types of A-E services, exists within the small business community. ALL SMALL BUSINESS FIRMS INCLUDING 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 SHOULD RESPOND TO THIS ANNOUNCEMENT. NO SOLICITATION WILL BE AVAILABLE AT THIS TIME. 1. CONTRACT REQUIREMENT: The anticipated contract, when solicited, will be procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. This procurement will be conducted under North American Industrial Classification System Code (NAICS) 541310, FSC C211; SIC Code 8712. The Small business size standard for this code is $4,500,000.00. To be considered Small Business under this NAICS code, the respondents average revenue for the last three fiscal years cannot be more than $4,500,000.00; if the average revenue for the last three fiscal (3) years is over $4,500,000.00, the respondent is classified as Large Business. All respondents, in 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 classified as a 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. All questions regarding this project or size standard should be directed to the Contract Specialist, Mrs. Donna Hammock, at (916) 557-5185, fax (916) 557-7854, email Donna.S.Hammock@usace.army.mil. When the requirement is solicited, firms will be selected for negotiation based on demonstrated competence and qualifications for all of the required work. The anticipated types of contracts are (3) Firm-Fixed-Price (FFP), 5 Year/$10,000,000.00 Total (Base Year and 4 Option Years, each for $2,000,000.00) IDIQ contract. If the contract is set aside for Small Business, FAR 52.219-14, Limitations on Subcontracting, will be included in the contract. The clause requires that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. The Secretary of the Armys Contractor Manpower Reporting (CMR) requirement will be incorporated into the anticipated contract. The annual CMR requirement will apply to each task order which is funded by Army dollars; supports an Army mission; which benefits or supports any Army military, civilian, or contractor personnel; or when the Army is the executive agency for the mission being supported. The A-E will be allowed to include their costs for compliance with the CMR requirement as a line item in their price proposal for each task order subject to the CMR requirement. Further information is available at https://cmra.army.mil. 2. PROJECT INFORMATION: A-E Services under this contract will include the full spectrum of design disciplines on civil works projects in the Sacramento River Basin area, with an emphasis on the American River Common Features project, and the City of Sacramento urban area. The American River Common Features project area includes approximately 12 miles of the north and south banks of the American River immediately upstream of the confluence with the Sacramento River; approximately 33 miles of the east bank of the Sacramento River, extending from the Natomas Cross Canal (NCC) down to Freeport; approximately 5 miles of the south bank of the NCC, immediately upstream of the confluence of the Sacramento River; approximately 4 miles of the Pleasant Grove Creek Canal (PGCC); and approximately 8 miles of the Natomas East Main Drainage Canal (NEMDC). This work will include all Architectural-Engineering (A-E) and related services necessary to complete the assigned task order for studies and designs. A specific scope of work and services will be issued with each task order. Task orders to be issued under this contract may range in scope from a small study to a new project design. Project studies and designs could involve levees (30-feet and higher), floodwalls, cutoff walls (100 feet or deeper), seepage berms (up to 300 feet wide), pumping station relocations (1500 cfs capacity or higher), various mechanical gate structures, hydraulic flow control structures, bridges, operation and maintenance manuals, and flood damage reduction project/system risk based analyses. Additional studies may include, but not be limited to, evaluation of flood damage and risk, preparation of engineering analysis, acquisition of geotechnical (explorations), topographic and hydrographic data, material testing results, constructability reviews and environmental restoration to include wetlands development. Input may be required by the full range of disciplines including but not limited to: Project Management, architectural, civil, structural, electrical, mechanical, geotechnical, geology, seismology, hydraulic, hydrology, landscape architecture, cost engineering, topographic surveys, bathymetric surveys, Geographic Information Specialist, CADD operator, environmental specialist, and Certified Industrial Hygienist (CIH). Individual tasks orders may include maintenance and repair type work, and miscellaneous services associated with civil works projects. Construction phase services may also be required. 3. QUALIFICATIONS: All interested Small Business firms, including 8(a) Program participants, HUBZone Small Business, Small Disadvantaged Business, Woman-owned Small Business, Veteran-owned Small Business or Service Disabled Veteran-owned Small Business are encouraged to respond to this notice and may respond to this announcement by submitting a capability statement which addresses the following key areas: A. Specialized Experience and technical competence in: 1. The preparation of studies and/or designs for levee improvements within the Corps of Engineers American River Common Features project area. 2. The ability to conduct design analyses as described in Paragraph 2, as related to Civil Works projects. 3. Use of automated design systems described above in Paragraph 2 (M-CACES, CADD, SPECSINTACT, BIM and DrChecks). B. Qualified professional personnel in the key disciplines as listed in Paragraph 2. This evaluation factor will also consider education, training, registration, overall relevant experience to civil works projects and longevity with the firm. C. Past performance on contracts with respect to cost control, quality of work and compliance with performance schedule in relation to projects similar to the American River Common Features, California civil works project. D. Capacity to accomplish the work within the required timeframe including professional qualifications of firms staff and subcontractors to be assigned to the projects which are necessary for satisfactory performance in the required time; and capacity to accomplish multiple task orders in multiple locations simultaneously. E. Location of the firm in the general geographical area of the Sacramento District office. F. Extent of participation of small business, small disadvantaged business, woman-owned small business, historically black colleges and universities or minority institutions in the proposed contract team, measured as a percentage of the total estimated efforts. 4. SUBMISSION REQUIREMENTS. The qualification statement is limited to 10 pages, single sided or 5 pages double sided total; however, your certification of type of small business (for 8(a) and HUBZone only) is required with this submittal, but will not be counted in the total pages. If a one page transmittal or cover page is included it will not be counted in the total pages. Two (2) copies in their entirety need to be provided. 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. Again this is not a request for proposals or quotation; there is no solicitation available at this time. A determination by the Government to proceed with the acquisition as a set-aside for 8(a) program, HUBZone, small business, etc. or unrestricted is within the discretion of the Government. All responses are due to the US Army Corps of Engineers, Sacramento District, and Attention: Mrs. Donna Hammock, 1325 J Street, Room 878, Sacramento, CA 95814-2922, not later than 4 p.m. (local time) on the response date, listed above. Point of Contact Carolyn Mallory, 916-557-5203 Email your questions to US Army Engineer District, Sacramento at Carolyn.E.Mallory@usace.army.mil Place of Performance: Address:US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA Postal Code:95814 Country:US
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-10-S-0027/listing.html)
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
 
Record
SN02050844-W 20100129/100127233832-cdbca083a550d6549244ac1b7d5fe50b (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.