Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2011 FBO #3422
SOURCES SOUGHT

C -- Indefinite Delivery Contract for Multi-Discipline Miscellaneous Civil and Military Works Design and Other Architect-Engineer Services within the Florida Boundaries of the Jacksonville District, Puerto Rico, and U.S. Virgin Islands

Notice Date
4/6/2011
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-11-Z-0009
 
Response Due
4/21/2011
 
Archive Date
6/20/2011
 
Point of Contact
Carol A. Williams, 904-232-2127
 
E-Mail Address
USACE District, Jacksonville
(carol.a.williams@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCE SOUGHT SYNOPSIS IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL ON THIS PROJECT. THIS IS A REQUEST FOR INFORMATION ONLY. This announcement constitutes a Sources Sought Synopsis. This is not a Request for Proposal. The responses to this Synopsis will be used as a Market Research tool in order to identify 8 (a) firms for the purpose of determining how the upcoming solicitation will be advertised. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. If the Government does issue a solicitation, it will be assigned a Procurement Identification Number such as "W912EP-11-R-XXXX". This project will include engineering and design services for predominantly civil work projects with limited support for military projects and support for other agencies, such as preparation of design reports, preparation of engineering studies, preparation of cost estimates and construction schedules, preparation of design calculations/analyses, and preparation of construction plans/specifications suitable for use in competitive bidding processes. The work will encompass all types of civil works projects including environmental restoration, flood control, beach renourishment, erosion control, jetties, navigation (including dredging), bridges, site planning, structural design (including pump stations, bridges, and water control structures), paving, grading, canals, levees and dams, drainage plans, utility systems design and relocation, and value engineering. Services will include cost estimates for planning, design, and construction phases, cost risk analyses, quantity takeoffs, development of construction schedules, and labor rate surveys. Preparation of construction cost estimates will require necessary software and hardware platforms to properly run MCACES Second Generation (MII). The MCACES (MII) software will be provided by the U.S. Army Corps of Engineers after contract award. The contractor will be responsible for the purchase of the associated Cost Book. Work on some projects may require performing topographic surveys by a licensed surveyor as well as geotechnical exploration and analysis. This work will require compliance with SDSFIE (Spatial Data Standard) for GIS and AEC (Architectural Engineering CADD Standard). All CADD products produced under this contract will be required to be submitted in MicroStation format and fully compliant with the AEC CADD standard.. Criteria used in allocating task orders among contracts include performance and quality of deliverables under current task orders, current capacity to accomplish the order in the required time, specialized experience, equitable distribution of the work among the contractors, and other relevant factors. The contracts will be for a period of one year from date of award, with options to extend for four additional years; not to exceed a total of five years. While the estimated dollar amount per year is $1,000,000.00, the actual obligation per year may be greater than or less than the $1,000,000.00. Maximum order limit is $5,000,000 for the life of the contract, including options. Please provide a Statement of Capability (SOC) stating your skills, experience and knowledge required to perform the specified type of work. This SOC should be a brief description of your company's capability and include, at a minimum: (1) your intention to submit a SF 330 on this project when it is formally advertised; (2) brief description of your company's capabilities; (a) in design demonstrating specialized experience and expertise in design analysis for all phases of civil engineering and related work for the following types of features: site planning, flood control, structural design (including pump stations, bridges, and water control structures) environmental restoration, canals and levees and dams. Your firm should be able to demonstrate Expertise in the preparation of plans and specifications, technical reports and studies and documentation of design reports. (b) In CADD/GIS demonstrating specialized experience and expertise in the following software programs: Bentley Systems three-Dimensional MicroStation CADD system and InRoads. Firms shall demonstrate the ability to prepare construction drawings and specifications in digital format. (c) in cost estimates demonstrating specialized experience and expertise in preparation of cost estimates. (d) in providing Qualified Professionals for key personnel to include but not limited to the following disciplines: Architect; Civil; Mechanical; Structural; Geotechnical; Hydraulic and Hydrologic; and Electrical. Their qualifications should show relevant education, training, registrations, and certifications. Firms must have, either in-house or through association with qualified subcontractors, adequate staff with specialized experience and knowledge to perform the work in the required time. Resumes for all key disciplines will be requested later in the official solicitation (3) in providing U.S. Registered Professionals for the key personnel identified in (d). The key personnel must have a professional license in Engineering or Architecture. At least one key personnel must have a professional license for Engineering in the State of Florida. (4) in providing Project managers with at least five (5) years of relevant experience and professional license in Engineering or Architecture. (a) demonstrating past performance in accomplishment of similar work. Provide brief references of jobs your firm has performed within the past three years on similar type work (include as a minimum the project title, type of work, and dollar amount) "NOTE: Your attention is directed to FAR 52.219-14, limitations on subcontracting which states in part: At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concerns". NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL ON THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. Responses to this Sources Sought Synopsis must be received not later than 21 April 2011and shall be sent to the attention of Ms. Carol A. Williams by phone (904)232-2127 by fax at (904) 232-2748; or via e-mail to carol.a.williams@usace.army.mil; or by mail to U.S. Army Corps of Engineers, Contracting Division, CESAJ-CT-C, 701 San Marco Blvd., Jacksonville, Florida 32207. The submission of this information is for planning purposes only. The Jacksonville District Corps of Engineers does not intend to award a contract on the basis of this Request for Information nor otherwise pay for the information solicited. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. NAICS Code is 541330 and the Small Business size standard for is $4.500.000 in average annual receipts.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-11-Z-0009/listing.html)
 
Place of Performance
Address: USACE District, Jacksonville P.O. Box 4970, Jacksonville FL
Zip Code: 32232-0019
 
Record
SN02418375-W 20110408/110406234513-75368f1e0a04566462a2137db9f87b7e (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.