Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 08, 2010 FBO #3240
SOURCES SOUGHT

C -- Value Engineering Services for the Baltimore District and surrounding areas.

Notice Date
10/6/2010
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-11-S-0001
 
Response Due
10/18/2010
 
Archive Date
12/17/2010
 
Point of Contact
Andra Allison, 410-962-0192
 
E-Mail Address
USACE District, Baltimore
(andra.l.allison@usace.army.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
This is not a request for proposals or an invitation for bids. This notice is for Market Research purposes only. The Baltimore District, US Army Corps of Engineers is seeking interested Small Businesses (SB), Service Disabled Veteran Owned SB (SDVOSB), Historically Underutilized Business Zone (HUBZones), Qualified Section 8(a) businesses, and Other than Small Business concerns. Sources interested in this RFI announcement as Value Engineering Service providers should have background, understanding and experience using the (6) step job plan Value Engineering/Management procedures/process outlined by the SAVE International (SAVE) which is recognized and utilized by the U.S. Army Corps of Engineers (USACE). The offeror shall have two (2) qualified CVS Facilitator, with a minimum of 5 years experience. The CVS Facilitator shall be well versed in the (6) step job plan and possess a well rounded knowledge of Engineering and Construction applications. The offeror shall be able to provide other specialists and/or knowledgeable persons in various engineering disciplines such as Architects, Electrical Engineers, Mechanical Engineers, Civil Engineers (Geotechnical, Environmental, Site Design/Roads, Hydraulic, Hydrologic, etc.), Structural Engineer Environmental Engineer, and a Cost Engineer who is knowledgeable with constructability and construction management. These specialists/engineering personnel shall be familiar with the (6) step job plan outlined by the SAVE. It would benefit the offeror to have the ability to provide additional specialists such as scientists (Biologists or Chemists) familiar with the Value Engineering/Management Methodology also. Further, it would be a benefit to the offeror to have engineering discipline personnel available familiar with USACE Engineering/Construction for Military Construction, Civil Works and Hazardous, Toxic, Radiation, Waste (HTRW) type projects. The offerer shall demonstrate knowledge of functional analysis and diagrams. The offer shall be able to perform multiple studies concurrently. This announcement is part of our market research, and your responses are sought to identify sources that have the capabilities, experience, satisfactory past performance and to perform the work. Interested contractors that qualify under NAICS Codes 541310 and 541330, Architect and Engineering Services are asked to submit a response to this request for information to demonstrate their technical capability and potential interest in this project. It is anticipated that the Government will issue a firm fixed price contract for this work. THIS SOURCES SOUGHT NOTICE DOES NOT CONSTITUTE A REQUEST FOR A FORMAL PROPOSAL OR BID. This notice is provided for information purposes only. The Government will not pay any costs associated with preparation and submissions of responses to this sources sought announcement. All interested, capable, qualified and responsive contractors are encouraged to reply to this sources sought announcement. Interested Contractors must furnish the following information: General Information 1. Company name, address, phone number, point of contact. 2. Indicate your business size in relation to the NAICS codes 541310 and 541330. Provide your companys Central Contractor Registration (CCR) cage code and DUNS number to verify your business status as a qualified small firm or other than small business. (Contractors must be registered in CCR and ORCA at the time of contract award.) 3. What is the primary nature of your business? 4. Provide 5 examples of projects similar to the requirements described above within the past 5 years. Include point of contact information for any examples provided. Past performance on these projects may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. 5. Provide 3 example Value Engineering Studies including functional analysis and diagram. Responses to this announcement may be sent electronically to Carrie Ozgar at carrie.a.ozgar@usace.army.mil and shall arrive no later than 2:00 p.m. (EST)18 October 2010. If you are unable to send the information via e-mail, you may mail it to the address below. All mailed documents must include a return address on the outside envelope to be accepted. Technical questions should be forward to Mrs. Carrie Ozgar at (410) 962-4408 or via e-mail carrie.a.ozgar@usace.army.mil. Contractual questions should be forwarded to CPT Andra Allison at andra.l.allison@usace.army.mil PLEASE BE ADVISED THAT ALL INFORMATION SUBMITTED WILL BE CONSIDERED PROCUREMENT SENSITIVE AND IS BEING USED AS A MARKET RESEARCH TOOL ONLY. Contracting Office Address: US Army Corps of Engineer - Baltimore District, 10 South Howard Street, Baltimore, MD 21201 US Place of Performance: US Army Corps of Engineer - Baltimore District, 10 South Howard Street, Baltimore, MD 21201 US
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-11-S-0001/listing.html)
 
Place of Performance
Address: USACE District, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
 
Record
SN02306854-W 20101008/101006234203-ea4492fff6b0da44a3b0475b524c741e (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.