Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 04, 2018 FBO #6190
SOURCES SOUGHT

C -- Design of Colorado River Flood Risk Reduction Features Project, Wharton, TX - Sources Sought Response Form

Notice Date
11/2/2018
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Fort Worth, Attn: CESWF-CT, PO Box 17300, Fort Worth, Texas, 76102-0300, United States
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G19R0022
 
Point of Contact
Donna Jones, Phone: 8178861056, Linda Eadie, Phone: 816-886-1085
 
E-Mail Address
donna.l.jones@usace.army.mil, linda.d.eadie@usace.army.mil
(donna.l.jones@usace.army.mil, linda.d.eadie@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Response Form This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS, THEREFORE NO PROPOSALS ARE REQUIRED AT THIS TIME. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the Sources Sought or resulting market research. The U.S. Army Corps of Engineers, Southwestern Division, Fort Worth District has a requirement for Architect-Engineer (A-E) services to design a Design-Bid-Build Construction package in support of the Colorado River Flood Risk Reduction Features Project, located in Wharton, Texas. Value Engineering will be required. General Scope Requirements: The design features include five (5) levee segments, two (2) floodwalls, five (5) sumps, 60" diameter Reinforced Concrete Pipe (RCP), and an outfall structure with flap gates. The design is to be completed within nine (9) months after award of the contract. Deliverables will include Draft (30%), Intermediate (60%), Final (90%) and Corrected Final (100%) design packages to include plans (utilizing MicroStation), specs (utilizing SpecsIntact), a design documentation report (DDR) and a current working estimate (CWE) (using MCASES for construction). A review conference will be conducted after the Draft, Intermediate and Final submittals. The A-E will respond to bidder inquires during solicitation for construction which is expected to follow after the plans and specs package is finalized. Additional requirements that may be needed by the A-E include topographic survey, property survey, geotechnical investigations and H&H modeling. The following summarizes the project features scopes: 1) Design of Levee 1- Average height of 4' and approximately 7,810' long. 2) Design of Levee 2- Average height of 4' and approximately 4,250' long. 3) Design of Levee 3- Average height of 5' and approximately 1,460' long. 4) Design of Levee 4- Average height of 8' and approximately 1,190' long. 5) Design of Levee 5- Average height of 4' and approximately 5,600' long. 6) Design of Floodwall 1- Average height of 6' and approximately 410' long. 7) Design of Floodwall 2- Average height of 3' and approximately 1,500' long. 8) Design of Rust Sump. 9) Design of Vineyard Sump. 10) Design of Harrison Sump. 11) Design of Panes Sump. 12) Design of Sunset Sump. 13) Design of Hughes Street Drain (Caney Creek) - three (3) new 60" RCP, approximately 1,300' each. 14) Design of Polk Street Pipes (Caney Creek) - three (3) new 60" RCP, approximately 1,400' each with an outfall structure with flap gates. The results of the market research will determine the type of business set-asides that will be utilized in the acquisition of one contract for A-E services to design the Dallas Floodway System Drainage Features. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Woman Owned Small Business (WOSB) and Economically Disadvantaged Women Owned Business (EDOWSB). The Government must ensure there is adequate competition among the potential pool of responsible firms. The A-E contract period of performance is to be determined, but will likely be for a total of two years. The North American Industry Classification System code for this procurement is 541330, Engineering Services, which has a small business size standard of $15M. Small Business firms are reminded under FAR 52.219-14, Limitations on Subcontracting that they must self-perform at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern for service-type procurement. BASIS OF AWARD: Award will be based on selection of the most highly qualified firm or firms in accordance with Public Law 92-582 procedures and FAR Part 36.6. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities (www.fbo.gov). Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated Request for Proposal (RFP) issuance date is on or about 1 February 2019. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and invite firms to register electronically to receive a copy of the solicitation when it is issued. Responses to this Synopsis shall be limited to the completed Sources Sought Response document included as an attachment to this Sources Sought. Interested Firms shall respond to this Sources Sought Synopsis no later than 20 November 2018. All interested firms must be registered at www.sam.gov to be eligible for award of Government contracts. Email your response to CESWF-CT-PreawardProposal@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G19R0022/listing.html)
 
Place of Performance
Address: Wharton, Texas, United States
 
Record
SN05142483-W 20181104/181102230615-1334621ca72be4cb70a7e2cbfbd63dc0 (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.