Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 01, 2015 FBO #4817
SOURCES SOUGHT

C -- Indefinite Delivery/Indefinite Quantity for Architect /Engineer General Design Services Contracts

Notice Date
1/30/2015
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, New England, 696 Virginia Road, Concord, MA 01742-2751
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ-15-X-0007
 
Response Due
2/27/2015
 
Archive Date
3/31/2015
 
Point of Contact
KImberly Pumyea, 978 318 8720
 
E-Mail Address
USACE District, New England
(kimberly.b.pumyea@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S Army Corps of Engineers (USACE), New England District is issuing a Sources Sought Announcement for Indefinite Delivery/Indefinite Quantity for Architect /Engineer General Design Services Contracts to determine the interest, availability and capability of 8(a), HUBZone, Service-Disabled Veteran-Owned, Economically-Disadvantaged Women-Owned, and Small Business concerns. The NAICS code for the work described below is 541330 with a size standard $15,000,000. Work would begin in 2016 for a period not to exceed five years. The intent is to award two to four contracts with a total contract value of approximately $20,000,000. The location of the work to be performed under this contract shall be primarily in the six New England States (ME, NH, VT, MA, CT, and RI) but will also include all other states and districts covered by the U.S. Army Corps of Engineers North Atlantic Division's mission areas (NY, PA, NJ, DE, MD, VA, WV and the District of Columbia). The work involves engineering, design, and surveying assignments at various locations in the Corps' New England District, which could include various design and/or construction services requiring registered professional civil, mechanical, electrical, & structural engineers; licensed land surveyors; and registered professional architects. Also, please submit documentation of your firm's experience and capabilities related to: (a) The design of new and renovation of existing structures for federal government facilities; (b) Military building design including implementing anti-terrorism standards into building design; (c) General site engineering, planning and design, including projects related to the development of water resources; (d) The design of any other/unique structure; (e) Sustainable design practices including building commissioning and USGBC LEED certification requirements; (f) development of traffic management plans and controls; (g) Topographic surveying, use of GIS systems, aerial surveys, and any other survey work; (h) Use/knowledge of Corps computer-based cost engineering systems (MCACES) and the development of construction cost estimates; (i) Use of CADD and BIM software (Bentley and/or Autodesk platforms); (j) the development of Plans & Specifications including the use of Corps computer-based specification software (SPECSINTACT). Also, please present a discussion of Project Management methods/philosophies and give examples related to times you may have implemented cost controls. In order that we may assess your capability to perform this contract adequately, interested firms should submit a capabilities package to include the following: a brief synopsis of your firm describing its small business classification (i.e. 8(a), HUBZone, etc.), annual revenue, staff size, personnel makeup, primary area of contractors expertise, resume of key personnel and list of registered personnel you either have on staff or would plan to provide through a consultant differentiating which of those personnel are currently on staff, and examples of projects illustrating the requirements stated above preferably within the New England states. The package must identify the nature of work performed by the firm, percentage of overall work self-performed by the firm and features of work performed by team subcontractors. The firm should also describe their in-house capabilities to accomplish the above stated work requirements. Address how the firm will meet or exceed the requirements of Federal Acquisition Regulation (FAR) 52.219-14, quote mark Limitations on Subcontracting quote mark. Also describe the plan/method to be used in selection of subcontractors for disciplines not provided by in-house resources to ensure appropriate level of experience and quality of work. Responses are required no later than February 27, 2015 by 5:00pm EST. Responses should be emailed to Attn: Kimberly Pumyea Kimberly.B.Pumyea@USACE.Army.Mil. Responses are limited to twenty-five pages. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ-15-X-0007/listing.html)
 
Place of Performance
Address: USACE District, New England 696 Virginia Road, Concord MA
Zip Code: 01742-2751
 
Record
SN03629972-W 20150201/150130235311-cd8c5432e931a56a8d6e747930bd40a7 (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.