Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2010 FBO #3058
SOURCES SOUGHT

C -- Sources Sought for 8(a) SDVOB and HUBZone for Architectural and Engineer (AE) Services in Support of the Civil Works Program

Notice Date
4/7/2010
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-10-S-0016
 
Response Due
4/14/2010
 
Archive Date
6/13/2010
 
Point of Contact
Carol A. Williams, 410-962-2187
 
E-Mail Address
USACE District, Baltimore
(carol.a.williams@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Responses are due no later than 3:00 p.m. eastern standard time April 14, 2010. This is a Sources Sought Notice and is for informational/ market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. The U.S. Army Corps of Engineers, Baltimore District, requests capability statements from 8(a), Service Disabled Veteran Owner Businesses and HUBZone small businesses concerning the potential project described below. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. Responses are to be sent via email to Carol.A.Williams@usace.army.mil or hard copy to U.S. Army Corps of Engineers, 10 S. Howard Street, Room 7200-D, Baltimore MD 21201-1715 no later than 3:00 p.m. eastern standard time April 14, 2010. Project Description: Indefinite Delivery Contracts for Multi-Discipline AE Services in Support of the Baltimore District Corps of Engineers and can be used through out the North Atlantic Division USACE, Baltimore MD and can be used through out the North Atlantic Division The contract is being procured in accordance with the Brooks Architect-Engineer (AE) Act as implemented by FAR Subpart 36. The contract will be negotiated and awarded for a five (5) year period, and total contract value not to exceed $9.5M. Firm will be selected based on demonstrated competence and qualifications for the required work. Work will be issued by negotiated Firm-Fixed-Price task orders. The wages and benefits of service employees (see FAR 22.10) performing services under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. The firm must be capable of responding to and working on multiple, large task orders concurrently. Interested 8(a), SDVOB and HUBZone certified firms should submit a concise narrative and specific project examples of similar size and scope that demonstrate their experience in: Comprehensive Architectural and Engineer (AE), Survey, Design, Engineering, Investigative and Ecosystem Restoration services in support of the Civil Works Program. Architectural and Engineering services will include all disciplines but not be limited to Structural, Geotechnical, Mechanical, Electrical, Hydraulic, Hydrological, Environmental and Civil / Site Development) for levees, dams and other flood damage reduction, navigation, coastal (including such items as beach erosion, hurricane damage reduction, shore protection, water quality, coastal inlets, tidal hydraulics, and wetlands), and ecosystem restoration projects. These engineering services will include all aspects of design, analysis, research, preparation and finalization of engineering reports and designs, contract drawings and specifications, rehabilitation of infrastructure and include dam safety, levee safety and certification using the latest criteria from USACE, FEMA and other federal and state agencies as required. Services will include obtaining all local, state and federal permits and approvals for planning, construction or development, all site and environmental permits, and approvals from agencies such as the National Capital Planning Commission and the Commission of Fine Arts, etc... The range of Survey services may include topographic, hydrographic, beach profile surveys using a sea sled or comparable system, bathymetric surveying, side scan sonar surveying to determine underwater structural conditions and damage, aerial and remote sensing (including photographic and LIDAR), geodetic, and cadastral surveys, as well as the capture of both hypsographic and cultural features from enhanced and non-enhanced photography, satellite imagery, or other remotely sensed data, utility investigation, monumentation, development of GIS data and data bases, preparation survey plats and legal descriptions including the associated research effort, preparation of drawings and computation of volume quantities for various project areas within the North Atlantic Division boundaries. Map products may include, but not be limited to tract, topographic, land use, and thematic maps. Investigative services may include initial, routine, and in-depth, damage and underwater inspection services related to bridges, dams, locks, levees and other infrastructure and large hydraulic assets. Ecosystems Restoration services may include design and modeling associated with stream, wetland and other ecosystem restoration projects, to include the ability to apply hydrology/hydraulics, and sediment transport with stream morphology knowledge, and the ability to apply knowledge of coastal and estuarine processes to the design of functional tidal wetland and other coastal/estuarine ecosystem projects. Services may also include Rosgen stream inventory and assessment methodology (Level 1-IV). Cost estimating services shall include the development of estimates which integrate cost, schedule, and resource allocations, from initial programming phases through actual construction phase, and address complex variables including local trades, local labor rates, productivity of local labor pool, access to construction sites, and local availability of manpower and materials and shall not rely solely on historical data or rules of thumb. All provided services will be in accordance with appropriate Army and Engineering regulations and guidance documents. Capability statements should include the following information: details of similar projects, to include demonstrated specialized experience and technical competence in:(a) The design of ecosystem/ environmental and other civil projects to include, but not be limited to, earthen structures, combined storm and sanitary sewer systems, dry and wet weather flow analysis, coastal stabilization designs, tidal, non tidal ecosystem and stream restoration designs; AMD assessment and designs; (b) Topographic, hydrographic, and aerial surveying of floodplains, wetlands, streams, rivers, tidal estuaries, coastal bays and beaches; (c) Surveying and mapping to support flooding, shoreline and stream bank protection, as well as environmental restoration projects. (d) The following specific areas of coastal/estuarine engineering: (1) proficiency in numerical modeling of coastal processes relative to wind, wave, current, and storm surge studies; shoreline change and storm erosion using GENESIS, SBEACH, and other Corps approved models; (2) proficiency in numerical modeling of the effects of coastal structures on wave characteristics, circulation and storm surges in the open ocean and semi-enclosed embayments; (3) understanding of shoreline processes and responses; (4) development of tidal elevation frequency curves; (5) estimation of channel shoaling rates; (6) development of sediment budgets; (7) generation of design and hindcast water levels and wave conditions for beaches and coastal structures; (8) calculations of tidal flows and tidal prisms; (9) engineering analysis for plans of improvement using beachfill, seawalls, revetments, jetties, breakwaters, bulkheads, piers and sand bypassing systems; (10) the ability to collect and analyze coastal processes data, such as waves, tides, currents, and sediment transport; (11) ability to perform beach profile surveys using a sea sled or comparable system for various scenarios, including pre- and post-storm; (12) computer code development for specific coastal engineering applications; (13) bathymetric surveying, and side scan sonar surveying to determine underwater structural conditions and damage; (14) an understanding of the engineering procedures for wetland creation and restoration projects; and (15) geotechnical data collection and analysis, including coring and sub-bottom profiling of coastal sediments. (e) Specialized experience in inspections related to bridges, dams, locks, levees, infrastructure and large hydraulic assets. Narratives shall be no longer than ten pages. Email responses are preferred. Comments will be shared with the Government and the project design team, but otherwise will be held in strict confidence. Comments may be in any format, but must include the offerors name, phone number, and email address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-10-S-0016/listing.html)
 
Place of Performance
Address: USACE District, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21201
 
Record
SN02115049-W 20100409/100407235017-c740cca0d0938e72424186862a212fbf (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.