Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2011 FBO #3553
SOURCES SOUGHT

C -- A-E Indefinite Delivery Contract, Washington Aqueduct, Washington, DC.

Notice Date
8/15/2011
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-11-S-0039
 
Response Due
9/6/2011
 
Archive Date
11/5/2011
 
Point of Contact
andrei tobias, 4109623131
 
E-Mail Address
USACE District, Baltimore
(andrei.tobias@usace.army.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
Responses are due no later than 3:00 p.m. eastern standard time September 06, 2011. This is a Sources Sought Notice and is for informational/ market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. The U.S. Army Corps of Engineers, Baltimore District, requests capability statements from Small Businesses, Certified 8(a), Certified HUB Zone, Women-Owned Small Businesses and Service-Disabled Veteran-Owned small businesses concerning the potential project described below. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. Project Description: A-E Indefinite Delivery Contract, Washington Aqueduct, Washington, DC. The solicitation will be for a maximum of four (4) Indefinite Delivery Contracts to provide multi-discipline A-E services in support of the Baltimore District Corps of Engineers at the Washington Aqueduct. The proposed procurement is unrestricted (up to 3) and one small business 8(a). The NAICS code is 541330 and the standard size is $4.5M. Each contract duration will be for five (5) years. The requirement is for a broad range of planning, engineering design and support activities. Services shall include, but are not limited, planning; design; studies; investigations; process evaluations; facility evaluations; analysis; compliance activities and training in all of the following areas: Regional Coordination of Joint Use Water Sources and Studies; Master Planning for Water Treatment Facilities; Regulatory Compliance Related to Drinking Water; Environmental Compliance including, but not limited to, NEPA, EPCRA, CAA, CWA, Historic Preservation USEPA Standards, DC Department of the Environment Standards and MDE Standards; Drinking Water Quality and Treatment Technology in all aspects of water treatment including, but not limited to: source water quality and protection; flocculation/sedimentation; filtration; disinfection; waste stream handling; chemical strategies; infrastructure; Civil Design; Geotechnical Investigations and Design; Architectural Design; Structural Design; Mechanical Design; Electrical Design; Control and Instrumentation Design (SCADA); Computer Aided Drafting and Scanning; Cost Analysis and Estimating; Surveying; Facility Security; Public Information Communication; Water Treatment Plant (WTP) Operations and Maintenance (O&M) Support; Facility Staff Support Training; Engineering Support Staff. NO AWARD will be made from this SOURCES SOUGHT NOTICE. NO SOLICITATION IS AVAILABLE AT THIS TIME. All Interested Small Businesses, Certified 8(a), Certified HUB Zone, Women-Owned Small Businesses, and Service-Disabled Veteran-Owned Small Businesses should respond to this survey via email. Responses should include a demonstration specialized experience and technical competence in: and submit a concise narrative and specific project examples of similar size and scope that demonstrate their experience in: (1) Expertise in water treatment technology; (2) Preparation and development of engineering studies, design and construction documents for capital projects and to professionally seal plans and specifications; (3) Design of renovations to existing facilities (with limited new construction) of various types and sizes related to water treatment plants (WTP) and their appurtenant facilities; (4) Experience with large task order contracts and ability to handling multiple large task orders simultaneously, and producing quality work, within the required time and the project budget; (5) Application of construction cost controls through appropriate design and construction techniques on complex projects during fluctuating markets to insure projects remain within budget; (6) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules; (7) Geographic location. This criterion will take into account the location of the firm, which must establish an office staffed by a principal within 75 miles of the Baltimore District, Washington Aqueduct Division (WA) Office. WA office is located at 5900 MacArthur Boulevard, NW, Washington DC 20016; (8) Coordination, submissions and presentations to the State Historic Preservation Office, National Capital Planning Commission, and the Commission of Fine Arts; (9) Experience with the preparation of NEPA documents; (10) Experience with the preparation of environmental documents related to water treatment facilities, including CAA, CWA, asbestos and lead paint surveys; (11) Extent of participation of small businesses including Woman owned small business, Small Disadvantaged business, Historically Black Colleges, Universities & Minorities, Hub-Zone small business, Veteran Owned Small Business, and Service-Disabled Veteran-owned small business; (12) Experience with post design construction management services including but not limited to shop drawing reviews, site visits and technical assistance during construction; (13) The ability to provide temporary on-site staff for specialized activities such as project management, civil design, structural design, electrical design, mechanical design, environmental design and CADD design; (14) Experience with storm water management and erosion and sedimentation control in various jurisdictions; (15) Topographic surveys, soil surveys, and subsurface exploration including associated testing; (16)Ability to obtain all necessary permits; Narratives shall be no longer than ten pages. Comments will be shared with the Government and the project design team, but otherwise will be held in strict confidence. Comments may be in any format, but must include the offerors' name, address, phone number, and email address. Responses are to be sent via email to Andrei.Tobias@usace.army.mil or hard copy to U.S. Army Corps of Engineers, 10 S. Howard Street, Room 7200-D, Baltimore MD 21201-1715 no later than 3:00 p.m. eastern standard time September 06, 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-11-S-0039/listing.html)
 
Place of Performance
Address: USACE District, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
 
Record
SN02535177-W 20110817/110815235836-94bfb1e72d412baac7887baf9ce6814f (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.