Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 18, 2017 FBO #5686
SOURCES SOUGHT

C -- $9M Indefinite-Delivery Architect-Engineer Services Contract for PAVER/PCASE Pavement Management System Implementation in the Honolulu District Area of Responsibility

Notice Date
6/16/2017
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Honolulu, Attn: CECT-POH, Building 230, Fort Shafter, Hawaii, 96858-5540, United States
 
ZIP Code
96858-5540
 
Solicitation Number
W9128A-17-Z-0013
 
Archive Date
7/22/2017
 
Point of Contact
Colin Waki, Phone: 808-835-4393, Kent Tamai, Phone: 808-835-4377
 
E-Mail Address
colin.k.waki@usace.army.mil, kent.a.tamai@usace.army.mil
(colin.k.waki@usace.army.mil, kent.a.tamai@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Honolulu District, US Army Corps of Engineers, is contemplating the award of an Indefinite-Delivery Architect-Engineer Services Contract for PAVER/PCASE Pavement Management System Implementation in the Honolulu District Area of Responsibility. The IDC will consist of a base period of one year and four 1 year options. The amount will not exceed a cumulative total of $9,000,000 for all contracts awarded under the solicitation, over the five (5) year period. Work is subject to the availability of funds. Each task order issued shall be firm-fixed price (as negotiated). Funding shall be cited on individual task orders. Only firm(s) considered highly qualified will be awarded a contract. Work under this contract will be subject to satisfactory negotiation of individual task orders. Selection of A-E firm(s) is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. Project Scope: PAVER/PCASE Pavement Management System Implementation, Various Military and other Government Installations, Honolulu District Area of Responsibility. The primary types of services to be provided under this contract include PAVER Pavement Management System implementation on roads, parking areas and airfields and updating, testing, and maintenance of the PAVER/PCASE software. Other services which may be provided include, but are not limited to: PAVER training for installation personnel, non-destructive testing of pavements using a Falling Weight Deflectometer and design of small pavement projects. Projects will be located on Army installations within the State of Hawaii and other areas of responsibility. PAVER Pavement Management System implementations will typically include creation of the pavement network (networks, branches, section, sample units) in GIS and verification of the network in the field, establishing/updating linear segmentation for all pavement sections in the network, adding/updating work history, collection of condition data using manual or semi-automated methods, photographing surveyed sample units, developing prediction models, creating rate of deterioration tables, performing condition analysis, updating PCI vs. cost models, performing 10-year work planning analysis, developing a list of future projects using the PAVER project formulation tool, providing project formulation out-brief meeting, reviewing PAVER database with user, and generating implementation reports. PAVER implementations will use the current version of the PAVER software. Most PAVER implementations will be for roads and parking areas on Army installations using manual data collection methods. Updating, testing, and maintenance of the PAVER/PCASE software. The PAVER/PCASE source code will be modified to include new software features/capabilities and correct errors as directed by the Government. New versions of the PAVER/PCASE software will be released periodically by the Government. All computer software developed (including source code) or computer software purchased under this contract shall remain the property of the U.S. Government. All Contractor employees (U.S. Citizens and Non-U.S. citizens) working under this contract who required access to Automated Information Systems (stand along computers, network computers/systems, e-mail) shall, at a minimum, be designated into a ADP-III position (non-sensitive) in accordance with DoD 5220-22-R, Industrial Security Regulation. BACKGROUND: PAVER/PCASE Pavement Management System Implementation services are being procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, as required for design support primarily for projects within or assigned to the Honolulu District, U.S. Army Corps of Engineers. Work primarily includes review of as-built drawings and records, interviews with on-site personnel as required, creation and manipulation of CADD files and Geographic Information System (GIS) shape files, pavement inspection surveys, entry of data into the PAVER database, generation of Pavement Condition Indices and pavement maintenance and rehabilitation (M&R) work planning using PAVER software, preparing Pavement Management System (PMS) Implementation Summary Reports, testing, updating and maintenance of the PAVER/PCASE software, and non-destructive testing of pavements. Only interested PRIME Architect-Engineers should submit a narrative demonstrating experience in the project scope. Please indicate if the firm is a small business contractor or a contractor that qualifies under a Small Business Program (i.e. 8(a), HUBZone, Service-disabled Veteran-owned Small Business, Women-owned Small Business). SIZE STANDARD. The North American Industrial Classification Code (NAICS) for this procurement is 541330. This announcement is open to all businesses regardless of size. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. This is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. Please note it is required that interested contractors be registered in System for Award Management (SAM). Please see www.SAM.gov for additional information. In addition, this sources sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered. Information shall be submitted electronically to Colin Waki at colin.k.waki@usace.army.mil and Kent Tamai at kent.a.tamai@usace.army.mil by July 7, 2017, 4:00 p.m. Hawaii Standard Time. PLEASE NOTE: At this time, the Honolulu District is only interested in responses from prime contractors. NAICS Code: 541330 - Engineering Services
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-17-Z-0013/listing.html)
 
Place of Performance
Address: State of Hawaii, Fort Shafter, Hawaii, 96858, United States
Zip Code: 96858
 
Record
SN04547457-W 20170618/170616234406-4298d1d939f1c43245f8037cde4a9753 (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.