SOURCES SOUGHT
C -- Market Research and Sources Sought Notice for information on capability and availability of potential contractors interested in proposing on an IDIQ for A-E USACE, Mobile District to provide Water and Waste Water Engineering Services
- Notice Date
- 10/19/2015
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, Alabama, 36628-0001, United States
- ZIP Code
- 36628-0001
- Solicitation Number
- W91278-16-L-0001
- Point of Contact
- Joyce F Powell,
- E-Mail Address
-
joyce.f.powell@usace.army.mil
(joyce.f.powell@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Market Research and Sources Sought Notice for information on capability and availability of potential contractors interested in proposing on an Indefinite Delivery/ Indefinite Quantity (ID/IQ) for Architect and Engineering Services for the Mobile District Water and Wastewater Technical Center of Expertise (TCX) and South Atlantic Division, U.S. Army Corps of Engineers to provide Water and Waste Water Engineering services. The contractor should anticipate requirements to perform services at federal/military projects mainly in the Continental United States; with possible work in South or Central America and other outside the continental United States locations as assigned to the Mobile District. This is a SOURCES SOUGHT SYNOPSIS and is NOT a solicitation announcement. The purpose of this Market Research and Sources Sought Notice is to gain knowledge of potential qualified Small Businesses, HUBZone, 8(a), Service Disabled Veteran owned and Women Owned Small Business firms. Responses to this Sources Sought Synopsis will be used by the government in making appropriate acquisition decisions. The U.S. Army Corps of Engineers, Mobile District, anticipates a future procurement to acquire an ID/IQ for A/E services for the Mobile District to provide design and cost engineering services for Civil Works, Military, Support for Others (SFO), and Hazardous Toxic & Radioactive Waste (HTRW). A-E Services provided under this contract would include, but are not limited to, full 100 percent design, assessments, evaluations, for projects that are highly correlated to water and wastewater projects. All the parametric services associated with the problem investigation and defining the problem solution shall be provided: Services such as information and data gathering, interviewing and investigations, utility locations and GIS application; utilization of membranes for water and wastewater applications, water treatment processes and technologies, and wastewater treatment technologies; bench-top chemistry, and/or testing for biological nutrient reduction may be required; bio-gas production and capture, bio-filter technology, odor reduction, sludge reduction and disposal technology implementation; energy reduction and optimization for water and wastewater applications; experience with leak detection methodologies and leak location pinpointing; utilization of software for development and calibrating models of water and wastewater networks such as WaterGems, SewerCad, etc.; processing programs simulating chemical precipitation unit operations, wastewater treatment processes such as Bio-Win or other proven in-depth biological, chemical, and physical process modeling software; extensive knowledge of pumping systems and pumping stations to include water, wastewater, stormwater, and irrigation systems; familiarity and experience with "purple pipe" applications and reuse of treated wastewaters, wastewater reduction programs, water conservation, energy conservation, and best management practices (BMPs) for water and wastewater applications. The proposed contract duration will be five (5) years. Sources are being sought for firms with a North American Industry Classification System (NAICS) Code of 541330 with a Small Business Size Standard of $15,000,000 average annual receipts over three years. Responses are requested with the following information, which shall not exceed a total of eight pages. 1. Offer's name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, 8(a) or Women Owned Small Business shall be indicated on first page of submission. 3. Description of capability to perform the proposed synopsis, prepare and comply with various environmental documents and permits, and capacity to execute this project with other ongoing contracts. 4. Past performance/experience on projects of similar scope and magnitude, describing no more than five (5) projects that are at least 80% complete within the past ten years. The past performance information should include project title, location, general description to demonstrate relevance to the proposed synopsis, the Offer's role, dollar value of contract, and agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). All projects submitted must be performed as the Prime contractor. Responses should be submitted via e-mail to Joyce Powell, Contract Specialist at joyce.f.powell@usace.army.mil. Submittals are due no later than 15 calendar days after the date of this notice. Submittals will not be returned. Telephonic responses will not be honored. This is not a Request for Proposal, only a Request for Information. No award will result from this Sources Sought. This notice does not constitute any commitment by the Government. Note 1: This is not a Request for Proposal, only a Request for Information. No award will result from this Sources Sought. Note 2: This sources sought synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited. Note 3: Large Businesses need not respond. Note 4: All advertisements of Mobile District projects will be through the Federal Business Opportunities (FedBizOpps). Detailed information on this and other Mobile District projects are available on the internet at http://www.fbo.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-16-L-0001/listing.html)
- Place of Performance
- Address: USACE District, Mobile P. O. Box 2288, 109 Saint Joseph Street, Mobile, Alabama, 36628, United States
- Zip Code: 36628
- Zip Code: 36628
- Record
- SN03925115-W 20151021/151019234608-e15afdb198e65ce7237810f7e0040295 (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 |