Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 16, 2016 FBO #5502
MODIFICATION

C -- GENERAL ARCHITECT AND ENGINEERING SERVICES

Notice Date
12/14/2016
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Portland, Attn: CECT-NWP, PO Box 2946, Portland, Oregon, 97208-2946, United States
 
ZIP Code
97208-2946
 
Solicitation Number
W9127N-17-R-0038
 
Archive Date
1/3/2017
 
Point of Contact
REGI TROULLIER, , Thomas J. Cohick,
 
E-Mail Address
regi.troullier@usace.army.mil, thomas.j.cohick@usace.army.mil
(regi.troullier@usace.army.mil, thomas.j.cohick@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought announcement and not a request for proposals. The U.S. Army Corps of Engineers, Portland District intends to determine capability of potential Architect-Engineer (A-E) firms. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. The Government will not pay for any costs that A-E firms may incur in the preparation of this source sought information request. The Portland District intends to award up to five (5) Indefinite Delivery Contracts (IDCs) with a maximum shared capacity up to $65 million. The resulting contract(s) will have a base period of five (5) years and no option periods. There will be a substantial opportunity for small business participation. This may take the form of small business set asides; small business reserve contracts; or subcontracting opportunities through formal small business plans under unrestricted prime awards. Additionally, to implement certain small business-related provisions of the National Defense Authorization Act of 2013 (NDAA), varied partnering and collaboration opportunities among small business entities will be encouraged to the maximum extent practicable. This includes the "similarly situated" firms and "independent contractor" allowances for purposes of meeting prime small business performance percentages. All size and sub-category entities are encouraged to participate in this sources sought to allow for the maximum tailoring and accommodating of multiple business types. PROJECT DESCRIPTION: A. The location of the work to be performed under the resulting contract(s) shall be stated in the individual Task Orders (TO). The Government expects the bulk of the TOs to be issued by USACE, Northwestern Division, and Portland District; however, task orders may also issue for the Seattle District and the Walla-Walla District. B. Required specialized experience and technical competence for the typical services to be performed as described below: C-4.1. Water Control Structures. Engineering and design for various water control structures including: dams, powerhouses, intake towers, spillways, navigation locks, regulating outlets, gates, bulkheads, pump houses and similar physical structures that directly control the flow and level of water as well as all integral systems of these structures. Typical work includes site investigations, planning and study documents, plans and specifications, documentation of site conditions, engineering during construction, and operation and maintenance documents. Typical engineering disciplines include but are not limited to structural, mechanical, fire protection, electrical, geotechnical, civil, hydraulic, and naval architect. Typical projects would include design or modification of: (1) Water control structures (concrete, steel, and earthen) (2) Seismic performance evaluations (3) Industrial control systems (4) Industrial instrumentation systems (5) Electrical distribution and protection (6) Mechanical actuation systems (7) Process control systems (8) Fluid conveyance systems (9) Fire protection, indication, and egress (10) HVAC. C-4.2. Fish Conveyance Systems. Engineering and design for fish conveyance systems including: fish ladders, fish facilities, fish collection devices, and fish bypass systems as well as all integral systems of these structures. Typical work includes site investigations, planning and study documents, plans and specifications, documentation of site conditions, engineering during construction, and operation and maintenance documents. Typical engineering disciplines include but are not limited to structural, mechanical, fisheries engineering, electrical, geotechnical, civil, hydraulic, biologist, and naval architect. Typical projects would include design or modification of: (1) Fish ladders and supporting systems (2) Fish attraction features (3) Adult fish facilities (4) Juvenile downstream passage systems (5) Juvenile holding an acclimation facilities (6) Fish barriers C-4.3. Flood Risk Reduction. Engineering and design for various flood damage control systems including: levee, dam, floodwall, channel modifications, and stream-bank stabilization projects and other features that direct the flow of water. Typical work includes site investigations, planning and study documents, plans and specifications, preparation of NEPA documents including Section 404 and Section 401 permit documents. Typical engineering disciplines include geotechnical, structural, civil, hydraulic, hydrologic, coastal, and environmental engineers. Typical projects would include design or modification of: (1) Levees (2) Floodwalls (3) Channel modification (4) Stream-bank stabilization C-4.4. Coastal, Rivers, and Harbors. Engineering and design for coastal, rivers, and harbors features: jetties, breakwaters, groins, navigation channels, piers, docks, wharves, mooring structures, small boat basins, river training structures, and anchorage. Typical work includes site investigations, planning and study documents, plans and specifications, socioeconomic analysis and incremental economic analysis including HEC-FDA and/or other professionally accepted computational economic analysis tools. Typical engineering disciplines include geotechnical, structural, civil, hydraulic, hydrologic, coastal, and environmental engineers. Typical projects would include design or modification of: (1) Jetties (2) Breakwaters (3) Seawalls (4) Coastal erosion reduction (5) Pile dikes (6) Dredge disposal sites (7) Mooring facilities (8) Navigation channels C-4.5. Ecosystem Restoration. Engineering and design for ecosystem restoration projects including: wetland restoration, stream and river riparian restoration, and stream and river aquatic restoration. Typical work includes site investigations, planning and study documents, plans and specifications, preparation of NEPA documents including Section 404 and Section 401 permit documents. Typical engineering disciplines include geotechnical, structural, civil, hydraulic, hydrologic, coastal, biologists, and environmental engineers. Typical projects would include design or modification of: (1) Floodplain reconnection including site restoration and setback levee construction (2) Culverts and tidegates (3) Site restoration (4) Planting plans (5) Off channel migrant fish refuge (6) Project Operations (7) Sediment management plans C-4.6. Value Engineering. For work in all functional areas, Value Engineering (VE) Studies may be required. Conduct Value Engineering Studies in accordance with the current version of USACE Engineering Regulation (ER) 11-1-321, Army Programs VE. To the extent possible, VE Studies shall include Risk Assessment/Analysis and Life Cycle Cost Estimating techniques, in each study. VE Studies can be conducted at planning and/or design level for construction projects as well as on any District procurement (non-engineering design/construction). C-4.7. Other. As part of the efforts to complete work described in C-4, work may be required in the following areas to complete the work:  Economic analysis  Topographic and hydrographic surveying  CADD, GIS, and Building Information Management (BIM) capability  Subsurface explorations and testing. C. COMPUTER AIDED DESIGN AND DRAFTING (CADD)/BIM REQUIREMENTS. All detailed design drawings shall be developed on a CADD system. The CADD system shall be capable of producing design drawings in the latest version of Bentley MicroStation or Autodesk (AutoCAD and AutoCAD Electrical) for 2D drawings. Additionally, 3D solid modeling software utilized shall be fully compatible with Autodesk Inventor. D. Knowledge of the Region. 1. Knowledge of flood control, navigation, and hydroelectric dam projects in Oregon, Washington, Idaho, Western Canada, Western Montana, and Northern California. 2. Knowledge of fish bypass, collection, sampling, and monitoring systems and facilities in Oregon, Washington, Idaho, Western Canada, Western Montana, and Northern California. CONTENT: Your firm's response to this market research request shall be limited to no more than 20 (twenty) pages and shall include the following information: 1. Firm's name, address, current point of contact, phone number, and e-mail address. 2. Firm's intent to respond to the solicitation when it is issued. 3. Succinct narrative on Firm's technical abilities/experience as they relate to the A-E services outlined in this sources sought. Please follow the paragraph numbering convention so the needed capabilities can be readily discerned and evaluated. 4. Stated capabilities must include the number of years of experience specific to the capability that we are looking for. Include past contracts with USACE, if applicable as well as any other past performance information that clearly demonstrate possessing the technical experience. Minimum of 3 and no more than 5 examples. 5. Please identify the business size your firm falls under, and if your business is a small business, and any sub-categories as a small business. Include your CAGE and DUNS numbers. Responses will be evaluated by the Portland District's engineering staff but otherwise will be held in strict confidence. Interested firms shall respond to this Sources Sought no later than 1:30 pm local time on Monday 19 December 2016. Email your response to Regi.troullier@usace.army.mil Point of Contact: Contract Specialist -Ms. Regi Troullier, Regi.troullier@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N-17-R-0038/listing.html)
 
Place of Performance
Address: Portland District AOR, PORTLAND, Oregon, United States
 
Record
SN04351971-W 20161216/161214234802-90f37d88b30b25c6bb2e7d849d592623 (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.