SOURCES SOUGHT
C -- Sources Sought and Market Research for potential qualified contractors for a future Indefinite Delivery Indefinite Quality Procurement for A-E Services to Support the Mobile District's Planning and Environmental Divisions
- Notice Date
- 11/6/2017
- 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
- W91278-18-L-0006
- Archive Date
- 12/5/2017
- Point of Contact
- Janis R. Steiner, Phone: 2516943871
- E-Mail Address
-
janis.r.steiner@usace.army.mil
(janis.r.steiner@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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 Business, 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 (USACE), Mobile District, anticipates a future Indefinite Delivery/Indefinite Quantity (IDIQ) procurement to acquire Architect-Engineer (A-E) Services (FAR Part 16) under individual task orders throughout the Mobile District Area of Responsibility (AOR) to support Mobile District Planning and Environmental Division. The Mobile District's Planning and Environmental Division provides support and management for environmental initiatives for Military, Civil, and Federal Agencies for Conservation, NEPA, Environmental Supporting Studies, Master Planning and Compliance/Pollution Prevention, and Planning Design and Support for the Civil Works Program. The work for the environmental initiatives for Conservation/NEPA/Environmental Studies/Master Planning and Compliance/Pollution Prevention will be on military/federal installations throughout the world, including the Continental United States, its territories, South and Central America and other world nations. The majority of the work for the planning and design support for Civil Works will be in the southeastern United States (Alabama, Florida, Georgia, and Mississippi) as well as Central and South America. Required services for Planning and Environmental Division include but are not limited to all products and studies associated with comprehensive environmental compliance; planning, conservation, NEPA, Environmental Supporting Studies, Master Planning, restoration/remediation design, pollution prevention, miscellaneous sustainment for Military, Civil, and Federal Agencies, and all phases of USACE Mobile District Civil Works projects including but not limited to preliminary studies through complete feasibility reports for ecosystem restoration, flood risk management, shallow and deep draft navigation, water supply, hurricane and storm damage reduction, recreation, plan formulation, socio-economic analysis, dredged material testing, water quality studies, and wetland delineation. The selected firm must have, either in-house or through consultants, the following disciplines, with professional registration required where applicable: (1) Project Manager; (2) Environmental Engineer (PE); (3) Biologist/Ecologist/Environmental Scientist; (4) Water Resource Planner; (5) Land-Use Planner; (6) Cultural Resources Specialist; (7) Regulatory Specialist; (8) Traffic Specialist; (9) Socio-economist; (10) Real Property Master Planner; (11) Geologist (PG); (12) Civil Engineer (PE); (13) Mechanical Engineer (PE); (14) GIS Specialist; (15) Program Manager; (16) Chemist; (17) Air Quality Specialist; (18) Clean Water Act Specialist; (19) RCRA Specialist; (20) Economist; and (21) Community Planner (AICP); (22) Hydrologist; (23) CADD Specialist; (24) Facilitator; (25) Coastal Engineer (PE). 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. Offerors' name, address, points of contact with telephone numbers and email addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, Woman Owned or 8(a) shall be indicated on first page of submission. 3. Description of firm's capability to provide the A-E Environmental Planning services personnel; manage the disciplines; and capacity to execute at least 3 task orders under this IDIQ simultaneously. Identify Planning Focus Area: Military Planning for Conservation, NEPA, Master Planning, Sustainable Infrastructure Assessments; and/or Civil Works Planning. 4. Past performance/experience on IDIQ contracts of similar scope, describing no more than five (5) projects that are at least 80% complete within the past five years of the issue date of this Notice. The past performance information should include project title, location, general description of the A-E Services to demonstrate relevance to the proposed project, the Offerors' role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). If submitting past performance/experience on a project in the role of a subcontractor, include the Prime Contractor's name and a quantifiable amount (percentage) of the project your company contributed to the overall scope of work. Prime Contractor experience is preferred but not required. NO RESPONSES WILL BE ACCEPTED BY FAX OR MAIL. ALL RESPONSES MUST BE EMAILED to: Janis.R.Steiner@usace.army.mil. Submittals are due no later than November 20, 2017. 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. Limit response to ten (10) pages or less. 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. Contracting Office Address: USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001 Place of Performance: USACE District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL 36628-0001 US
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-18-L-0006/listing.html)
- Place of Performance
- Address: The work for the environmental initiatives for Conservation/NEPA/Environmental Studies/Master Planning and Compliance/Pollution Prevention will be on military/federal installations throughout the world, including the Continental United States, its territories, South and Central America and other world nations. The majority of the work for the planning and design support for Civil Works will be in the southeastern United States (Alabama, Florida, Georgia, and Mississippi) as well as Central and South America., Mobile, Alabama, 36628, United States
- Zip Code: 36628
- Zip Code: 36628
- Record
- SN04733037-W 20171108/171106231442-97c70fc7b5242a0b29d5ad18cce19915 (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 |