SOURCES SOUGHT
C -- Indefinite Delivery Contract for Architect / Engineer Services to Support Civil Works. - Package #1
- Notice Date
- 12/2/2010
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU-11-RRB
- Point of Contact
- Michael J. Toth, Phone: 2156563241
- E-Mail Address
-
michael.j.toth@usace.army.mil
(michael.j.toth@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- W912BU-11-RRB - SourcesSought-AE - 12022010.pdf Action Code : Sources Sought Class Code : Y Subject : Indefinite Delivery Contract for Architect / Engineer Services to Support Civil Works. Solicitation No. : W912BU-11-RRB Set-Aside Code : N/A Response Date : 16 December 2011 Place of Performance: U.S. Army Engineer District, Philadelphia, Wanamaker Building, 100 Penn Square East, Philadelphia, Pennsylvania 19107-3390 Description of Work : This is a Sources Sought Notice and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. NO SOLICITATION IS CURRENTLY AVAILABLE. A Market Survey is being conducted to determine if there are adequate Small Businesses, HUBZone or Service Disabled Veteran Owned Business contractors for the following proposed contract: The Philadelphia District, U.S. Army Corps of Engineers intends to award a one (1) year Indefinite Delivery Contract, with options for up to two (2) additional twelve (12) month periods, to primarily support Civil Works missions assigned to the District. Support for the Work-for-Others and Military missions will be secondary efforts under this contract. 2. PROJECT INFORMATION: The selected firm will be used primarily, but not exclusively, to provide assistance to Engineering and Construction Division within the District. Work under this contract will primarily be related to long span steel and cable stayed bridges including but not limited to: inspection and evaluation, report preparation, structural monitoring, structural analysis, fatigue analysis, material testing and analysis, land and hydrographic surveying, underwater inspection and concept and detailed design including preparation of plans, specifications and cost estimates for repair, rehabilitation and new construction of bridge structures and all related appurtenances. Primary disciplines required include: civil engineers, structural engineers, highway engineers, geotechnical engineers, specification writers, cost engineers, draftsman/CADD operators and bridge inspection personnel. Other work under this contract will include support to work-for-others and military programs assigned to the District in the area of special structures including buildings, highway, civil, architectural and related facility engineering. Work may be required by others and outside of the District's boundaries. The work in the secondary areas shall include but not be limited to site investigations, surveying, analysis, planning, concept and detailed design including plans, specifications and estimates and various support during construction. The contractor must be capable of performing both hard and soft metric design. Engineering work performed under this contract, including but not limited to, civil and structural engineering shall be reviewed and approved by Registered Professional Engineers in that particular field. Firms that plan on using subcontractors shall provide a list of subcontractors that are to be used and the work they will perform. Firms must be familiar with the National Bridge Inspection Standards and United States Army Corps of Engineers, Federal Highway Administration, and AASHTO requirements and regulations for preparation of various inspections, designs and technical reports. The firm must be able to prepare specifications using SPECSINTACT, detailed cost estimates using MCACES MII Version 3.01 estimating software, and computer-aided drawings in AutoCAD 09. The selected firm will have primary services capability in-house. The NAICS Code is 541330 with a size standard of $4,000,000.00. This is not a request for proposals. No other notification to firms for this project will be made Responses to this sources sought announcement will be used by the government to make appropriate acquisition decisions. All interested Small Business, HUBZone, or Service Disabled Veteran Owned Business contractors should submit Part II of the SF330, General Qualifications along with a narrative demonstrating their experience in similar type contracts. Capability statements should include size/classification of your firm, details of similar projects, completion dates, references and contract amount. Narratives shall be no longer than SEVEN (7) pages. Responses should be sent to Michael J. Toth at Michael.J.Toth@usace.army.mil to reach this office on or before December 16, 2010. Michelle L. Johnson Contracting Officer
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-11-RRB/listing.html)
- Place of Performance
- Address: U.S. Army Engineer District, Philadelphia, Wanamaker Building, 100 Penn Square East, Philadelphia, Pennsylvania, 19107, United States
- Zip Code: 19107
- Zip Code: 19107
- Record
- SN02337493-W 20101204/101202234359-09b43bf45424b0019015048e0ddd5c2b (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 |