SOURCES SOUGHT
C -- INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES CONTRACT FOR POL (PETROLEUM, OILS AND LUBRICANTS) SYSTEMS AND RELATED PROJECTS, PRIMARILY VARIOUS LOCATIONS, ALASKA
- Notice Date
- 11/29/2012
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Alaska, ATTN: CEPOA-CT, P. O. Box 6898, JBER, Alaska, 99506-6898, United States
- ZIP Code
- 99506-6898
- Solicitation Number
- 13-R-00XX
- Archive Date
- 12/25/2012
- Point of Contact
- Richard B. Taylor, Phone: 907-753-5754
- E-Mail Address
-
richard.b.taylor@usace.army.mil
(richard.b.taylor@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS: This Sources Sought announcement is part of a market survey for information only to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. The US Army Corps of Engineer, Alaska District is seeking sources for professional engineering services related to the design for construction and construction oversight of new POL facilities and upgrades to existing POL facilities. The purpose of this sources sought synopsis is to gain knowledge of interest, capabilities, and qualifications for those A/E firms who may be interested in providing such services in an effort to finalize an appropriate acquisition strategy for such an engineering services contract. The Government intends to use responses to this sources sought synopsis and appropriate contracting and business processes to complete an open presolicitation notice in the near future for an indefinite delivery indefinite quantity A/E services contract. Dependant on availability of funds. PROJECT INFORMATION: The AE will be required to have flexibility, and capability to be available on an as-needed basis. Typical types of services to be provided may include projects primarily involved in the maintenance, repair, upgrade, or alteration of existing POL storage facilities, distribution systems, POL support facilities, and infrastructure. Projects may also include design of new POL related facilities. Work includes A-E services; site surveys, facility inspections, preparation for and participation in design charrettes; technical review, preparation of plans, specifications, design analysis, design build RFPs, programming studies/DD Form 1391 development, construction support services and cost estimates for solicitation of construction for repair/renovation, new construction projects, or engineering studies. Firms must have primary capability in POL design and engineering and should be aware of or capable of acquiring knowledge of design requirements and procedures set forth by the DEFENSE LOGISTICS AGENCY - DEFENSE ENERGY SUPPORT CENTER (DESC) SUSTAINMENT, RESTORATION AND MODERNIZATION (SRM) PROGRAM. CRITERIA: (A) Minimum requirements for professional personnel in the following disciplines: (a) 2 registered mechanical engineers, each with at least 10 years design experience in DOD POL systems (b) The following required disciplines must include at least one individual with professional registration: architect, electrical, fire protection, civil, and structural engineers, (c) The following required disciplines must include at least one individual: certified welding/engineer inspector, NACE certified Cathodic Protection Specialist, surveyor; cost estimator; environmental engineer (asbestos/HTRW certified); and specification writer (if specification writer is not a separate discipline, please clearly describe how specifications will be produced). (B) Specialized experience and technical competence in: (a) Design of new DOD POL related facilities in cold regions. Cold regions design is not considered to be a separate discipline that can be subcontracted. Rather, knowledge and experience in the design, construction and operation of facilities in arctic, subarctic, and cold region environments must be integral to all design disciplines. (b) Design of DOD POL related facility renovations, (c) Experience in API piping and tank inspections (d) Construction phase services (e) Preparing Design Build RFPs (f) Design charrettes (g) Studies and analyses of DOD POL related existing facilities. (C) Past performance on DOD, DESC/SRM and other contracts with respect to cost control, quality of work, and compliance with schedules. (D) Capacity to maintain schedules and accomplish required work on three simultaneous task orders. (E) Knowledge of locality and military POL facilities in Alaska. (F) Sustainable design using an integrated design approach and emphasizing environmental stewardship, especially energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization; minimizing maintenance costs and considering overall life cycle costs, and development of healthy, safe, and productive work environments. ESTIMATED CONTRACT RANGE: Between $1,500,000 - $5,000,000 contract limit. Work will be issued by negotiated firm fixed price task orders. ESTIMATED CONTRACT DURATION: 5 years North American Industry Classification System (NAICS) code is 541330. Small Business Size Standard is $4.5 million. Offerors responses to this synopsis shall include the following information in addition to the offerors responses to the above listed criteria. Offerors name, address, point of contact, phone number, and e-mail address. Offerors interest in proposing on the solicitation/s when issued. Offerors type of business and business size (whether large business, small business, HUBZone, Service Disabled Veteran Owned Business, 8(a)) Offerors Joint Venture information, if applicable, existing and potential. Interested firms shall respond to the Sources Sought Synopsis requirements for this project no later than 2:00 p.m. Alaska Daylight Savings Time, 10 December 2012. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Please submit your response to: via facsimile at (907) 753-5754 or preferably via e-mail to the attention of Richard Taylor at richard.b.taylor@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/13-R-00XX/listing.html)
- Place of Performance
- Address: Various, Alaska, United States
- Record
- SN02938913-W 20121201/121129234143-57dbe736bcc98621fd11bf655e1d9209 (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 |