Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2012 FBO #3795
SOURCES SOUGHT

C -- Small Business Architect - Engineering Services required under six NACIS Codes under this sources sought, 541330, 541310, 541320, 541360, 541370 and 541620.

Notice Date
4/13/2012
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District St. Louis, ATTN: CEMVS-CT, 1222 Spruce Street, St. Louis, MO 63103-2833
 
ZIP Code
63103-2833
 
Solicitation Number
W912P9-12-S-ACR1
 
Response Due
5/3/2012
 
Archive Date
7/2/2012
 
Point of Contact
Judy Kibler, 314-331-8521
 
E-Mail Address
USACE District St. Louis
(judith.a.kibler@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
1. This a Sources Sought Synopsis. This synopsis neither constitutes a Request for Proposal, nor does it restrict the Government to an ultimate acquisition approach. This synopsis should not be construed as a commitment by the Government for any purpose. Requests for a solicitation will not receive a response. The St Louis District, Corps of Engineers is seeking to identify SMALL BUSINESS FIRMS qualified and experienced in ALL six (6) primary disciplines in the North American Industry Classification System (NAICS) codes of 541330 for Engineering Services; 541310 for Architectural Services; 541320 for Landscape Architectural Services; 541360 for Geophysical Surveying and Mapping Services; 541370 for Surveying and Mapping (except Geophysical) and Mapmaking; Interior Design Services; and 541620 Environmental Consulting Services (except those under 541330). This Sources Sought Synopsis is a market survey being conducted to identify firms with demonstrated capabilities and experience for participation in the AE contract evaluation process in accordance with the Brooks Act as implemented in FAR Subpart 36.6. A contract will have a base period not to exceed one year and four one-year option periods, for a total IDIQ value not to exceed $9,000,000. The District may award additional IDIQ contracts to perform work that may also be encompassed by this announcement. The services are primarily within the St. Paul, Rock Island, and St. Louis Districts' boundaries (all or portions of MN, ND, SD, WI, IL, MO and IA). However, individual task orders may be for work within the Continental United States (CONUS). 2. Interested contractors are requested to provide CCR information, NAICS code qualifications, Contract number information listing customer information services performed demonstrating experience and expertise in the below disciplines, years of AE design experience, and number of Employees and annual earnings. Information should not exceed 7, 8 x 11 pages, single spaced, 10 font. The primary A-E service capabilities sought include the following types of project, related skills, and experience: a)Inland Marine Transportation System locks and dams, channel and harbor projects: the rehabilitation of existing facilities and the design of new facilities. Rehabilitation work will include the repair and replacement of deteriorated concrete; outdated machinery and electrical systems; lock and dam gates including miter, sector, lift, tainter and roller gates; harbor walls, wharves, and general improvement and modernization of the facility. New facility work will include the design of both in-the-dry and in-the-wet lock chambers along with the appurtenant structural, geotechnical, mechanical, electrical and architectural structures and equipment such as concrete lockwalls and guidewalls, sheet pile cofferdams, miter gates, culvert valves, gear and hydraulic machinery, hardwired and PLC electrical controls, and control buildings. Experience in lift-in and other prefabrication methods to construct inland marine structures, alluvial with pile foundations and rock foundation conditions, wintertime construction practices are required. Expertise in MCACES cost estimating and SpecsIntact specifications related to inland marine transportation facilities is a requirement. b)Flood Damage Reduction levee, floodwall, and channel projects: the rehabilitation of existing protection systems; the formulation and design of new protection systems involving primarily riverine flooding and secondarily hurricane surge; and assessments of existing protection systems. Rehabilitation work will include design improvements to meet desired outcomes such as increased resiliency, reduced risk, higher levels-of-protection, improved operation, and recreational and aesthetic enhancements. New protection systems will also involve floodwall and levee designs along with conceptual design formulations and analysis; civil site layout; utility and roadway relocations; roadway or railroad closure gates, berms, relief wells, interior drainage structures; and pumping stations. Assessments will include inspection and investigation of existing flood protection systems for condition evaluation and compliance with levee safety standards. Expertise in MCACES cost estimating and SpecsIntact specifications related to flood damage reduction projects is a requirement. c)Other Civil Works projects: a variety of projects such as recreational trails, ecosystem evaluation and restoration, dredging, parking lots, roadways, security fencing, buildings, erosion protection, landscaping and water/wastewater structures. Work would include the rehabilitation of existing facilities and new design of proposed facilities. Incidental services may include HTRW investigations and analysis, hydraulic steel structures analysis, design of hydraulic steel structures with an emphasis on detailing and design to minimize fracture and fatigue, inspection of hydraulic steel structures to insure conformance with the requirements of AWS D1.5, hoist design, bridge inspection, utility design, electrical power distribution design, PLC control design, and surveying and mapping. Expertise in MCACES cost estimating and SpecsIntact specifications related to general civil works projects is a requirement. d)Services to be provided shall include, but are not limited to: i)Preparation of preliminary and final designs, including preparation of drawings using computer-aided design and drafting (CADD), and delivering the two or three-dimensional drawings in Bentley's MicroStation software, Release V8i (or later), Microsoft Windows electronic format. Development of civil, structural, mechanical, electrical and architectural three-dimensional models may be required with the capability of displaying the models on two-dimensional drawings. Development of Building Information Models (BIM) in Bentley's Microstation software Release V8i (or later), Microsoft Windows electronic format may be required. Drawings must be in compliance with A/E/C CADD Standard Release 3.0, available at the following Internet site: http://tsc.wes.army.mil/. Drawing delivery will be required in dgn and PDF format with the possibility of transitioning to PDF format. All GIS data (including geospatial data acquisition and map development for use in a GIS) shall conform to the most current release of the SDSFIE; ii)Preparation of specifications in Standard Generalized Markup Language (SGML) using the Unified Facilities Guide Specifications (UFGS) produced using SpecsIntact version 4.5 (or later) software; iii)Preparation of quantity take-offs and MCACES cost estimates using MII 4.1 (or later) software; iv)Performance of cost estimating risk analyses using Crystal Ball version 11.1.1.3.00 (or later) software; v)Geotechnical exploration, testing, preliminary and final design and reports, construction contract drawings and specifications. Preparation of computer-generated geotechnical databases using gINT V8i (or later) and Data Forensics RapidCPT, as required; vi)Construction engineering services including shop drawing review, contract modifications, engineering advice during construction, field inspection and preparation of operation and maintenance manuals; vii)Alternative assessments, NEPA documentation, formulation and evaluation; viii)Construction scheduling services including use of Primavera and MS Project scheduling software.; ix)Inspection, evaluation, and reports on completed projects; x)Value engineering; xi)Site master planning; xii)General structural inspection and welding inspections; Analysis of abnormal operation of equipment or systems including analysis of operation Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this Sources Sought Synopsis. Interested contractors should submit one (1) copy of their requested information no later than 2:00 p.m., Central Standard Time, May 03, 2012, to the following address: Contracting Division, Attn: Judy Kibler, Contracting Officer, St Louis District, Corps of Engineers, 1222 Spruce Street, St Louis, Missouri, 63103-2833 or e-mail to www.Judith.A.Kibler@usace.army.mil or Archie.C.Ringgenberg@usace.amry.mil Fax will be accepted to 314-331-8587. Please direct any questions on this announcement to Archie Ringgenberg, Supervisory Contracting Officer, 314-331-8505.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/04da7d012bda637e36cb5b546cd08641)
 
Place of Performance
Address: USACE District St. Louis ATTN: CEMVS-CT, 1222 Spruce Street St. Louis MO
Zip Code: 63103-2833
 
Record
SN02721817-W 20120415/120413235016-04da7d012bda637e36cb5b546cd08641 (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.