Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 10, 2018 FBO #5923
SOURCES SOUGHT

R -- Construction Quality Assurance Services at Herbert Hoover Dike - Performance Work Statement

Notice Date
2/8/2018
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Jacksonville, P.O. Box 4970, Jacksonville, Florida, 32232-0019, United States
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-18-S-0008
 
Archive Date
3/10/2018
 
Point of Contact
LaVaughn T. Williams, Phone: (904) 232-2314, James T. Tracy, Phone: (904) 232-2107
 
E-Mail Address
Lavaughn.T.Williams@usace.army.mil, James.T.Tracy@usace.army.mil
(Lavaughn.T.Williams@usace.army.mil, James.T.Tracy@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement for Herbert Hoover Dike This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The U. S. Army Corps of Engineers - Jacksonville District anticipates a future procurement to acquire a Firm Fixed Price - Single Award Task Order Contract (SATOC) for Quality Assurance Services (Not subject to the Brooks Architect-Engineers Act, as defined in FAR Part 36) for Civil Works Construction Projects. The type of solicitation to be issued will depend upon the responses to this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, namely the Small Business Community to include Small Business, Section 8(a), Service-Disable-Veteran -Owned Business (SDVOSB), Hubzone, and Women-owned(WOSB) Small Business Concerns. The Government must ensure there is adequate competition among the potential pool of responsible contractors. The Jacksonville District is hereby soliciting information in response to the District's large number of complex civil works projects located in the State of Florida. Quality assurance services are required to respond to the District's large number of complex civil works projects quickly, usually within days and weeks of a request from the field. In most instances, the personnel must possess skills, abilities and aptitudes not commonly found within the District and which are very specific to the civil works construction project. Quality assurance personnel will support the District's field force, address an urgent and temporary technical need on a project or provide skilled personnel to satisfy the District's customers and sponsors. The scope of services will include but not be limited to furnish personnel for civil works construction projects that will monitor the construction contractors' progress and document compliance with the plans and specifications. The Contractor will be required to furnish personnel who are experienced and qualified in civil construction, review and monitoring of construction activities, assessment of construction compliance with plans, specifications and ancillary documents. Quality assurance services for civil works construction projects include, reviewing scopes of work report findings to the Resident Engineer, materials testing, monitoring, and assessment of construction compliance with plans, specifications, and ancillary documents. Services shall include construction inspection of dams, levees and dikes, seepage cutoff walls, dike/embankment inspections, construction of berms and all ancillary features such as flood control gates, pump stations and associated electrical works, collection and laboratory analysis of soil, concrete and water samples, other general construction, evaluation and analysis of records associated with construction activities as identified in task orders on various projects. Services shall consist of inspection, testing, documentation of findings, reporting to the Government regarding quality of work, construction procedures, work performance, review and monitoring, during the period of the construction contract and in accordance with the construction documents. Performance requires furnishing personnel of adequate numbers and qualifications to inspect construction of embankment, berms and seepage cut-off walls and general construction under contract to the Government. Work shall include completion of daily inspection reports. Daily inspection reports will include reporting on construction safety. The projects will be located within the State of Florida. Estimated Value of the SATOC is $50,000,000 with a proposed duration of five years. Sources are sought for firms with a North American Industry Classification of 541990 All Other Professional, Scientific and Technical Services with a Small Business Size Standard of $15,000,000.00. Responses are requested with the following information which shall not exceed (5) pages. 1. Offeror's name, address, points of contact with telephone numbers and email addresses. 2. Business size/classification to include socioeconomic designations as Small Business, HUBZone, 8(a), Service Disabled Veteran owned, and Women Owned Small Business, on first page of submission. 3. Firm's capability to perform a contract of this magnitude and complexity of comparable work performed within the last five (5) years. 4. Past performance on projects with similar scope and magnitude, describing no more than 10 projects that are at least 80% complete within the last 5 years. Past performance information shall include project title, location, general description to demonstrate relevance to the proposed synopsis, the offeror's role, dollar value of contract, and agency or government entity for which the work was performed with contact information (reference name, phone number email address). 5. Firm's Joint Venture information if applicable - existing and potential. All projects submitted must be performed as the Prime contractor. *Note the performance of work requirements in accordance with the Federal Acquisition Regulation for SB, HUBzone, SDVOSB, and WOSB. Prior Government contract work is not required for submitting a response under this sources sought synopsis. It is anticipated the project will be advertised and awarded based on overall "Best "Value" to the Government. Anticipated solicitation issuance date is on or about 1 March 2018, and the estimated proposal due date will be on or about 1 April 2018. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities WWW.FBO.GOV and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Interested Firms shall respond to this Sources Sought Synopsis no later than 07 Jul 2017. All interested firms must be registered in SAM.gov to be eligible for award of Government contracts. Email your response to La Vaughn Williams, Contract Specialist, at Lavaughn.T.Williams@usace.army.mil and Lavaughn.T.Williams2@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-18-S-0008/listing.html)
 
Place of Performance
Address: The projects will be located within the State of Florida and the boundaries of US Army Corps of Engineers District, Jacksonville District., Florida, United States
 
Record
SN04816599-W 20180210/180208231151-56312a6fe5329f0001c5ba858465ccd1 (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.