SOURCES SOUGHT
99 -- General Architect-Engineer (A-E) Services Primarily Riverine Flood Risk Management and Ecosystem Restoration Projects to include Green Brook FRM Project in the NAN/NAD Region
- Notice Date
- 4/19/2020 2:03:22 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W2SD ENDIST NEW YORK NEW YORK NY 10278-0004 USA
- ZIP Code
- 10278-0004
- Solicitation Number
- W912DS20S0018
- Response Due
- 5/5/2020 1:00:00 PM
- Archive Date
- 05/20/2020
- Point of Contact
- Steve DiBari, Phone: 917 790 8384, Ivan V. Damaso, Phone: 9177908176
- E-Mail Address
-
stephen.dibari@usace.army.mil, ivan.v.damaso2@usace.army.mil
(stephen.dibari@usace.army.mil, ivan.v.damaso2@usace.army.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE IS NOT A SOLICITATION AVAILABLE AT THIS TIME. The U.S. Army Corps of Engineers, New York District is conducting a market research to facilitate a determination of the acquisition strategy for this procurement. The determination of the acquisition strategy for this procurement lies solely with the Government and will be based on market research and information available to the Government from other sources. The New York District is conducting this market research to identify businesses which have the capability to perform navigation and flood damage projects including coastal and inland storm damage reduction projects. NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS NOTICE. The applicable NAICS code for this procurement is 541330 and the standard size is $16.5M. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. The Government will not pay for any material provided in response to this market survey nor return the data provided. 1. CONTRACT REQUIREMENT:�� The anticipated contracts, when solicited, will be procured in accordance with the Brooks Architect-Engineer Act as implemented in FAR subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for all of the required work. This procurement will be conducted under the North American Industrial Classification System Code (NAICS) 541330, Engineering Services. The Small Business size standard for this code is $16,500,000.00. To be considered a Small Business under this NAICS codes, the respondent's average revenue for the last three fiscal years cannot be more than $16,500,000.00. If the respondent's average revenue for the last three fiscal years is over $16,500,000.00, the respondent is not considered a Small Business. All respondents MUST identity their business size relative to the NAICS code. Respondents are required to state whether the firm is a Large Business, Small Business, 8(a) Program Participant, HUBZone Small Business, Small Disadvantaged Business, Women-Owned Small Business, Veteran-Owned Small Business, or Service Disabled Veteran Owned Small Business. When the requirement is solicited, firms will be selected for negotiation based on demonstrated competence and qualifications for all of the required work. The Government anticipates issuing a Multiple Award Task Order Contract (MATOC) for AE services and includes a target of three (3) reserved IDC�s.� Each IDC will have a duration of five (5) years and a maximum of 60 months and will not include optional time periods. Three (3) anticipated contracts will share a total capacity not to exceed $50,000,000.� If the contract is set-aside for Small Business, FAR 52.219-14, Limitation on Subcontracting, will be included in the contract. This clause requires that at least 51 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. 2. PROJECT INFORMATION:� This contract will provide architect and engineering services for flood risk management projects including levees, flood walls, bridge replacements, bridge removal, closure structures, interior drainage facilities and non-structural and ecosystem restoration and mitigation projects. This includes, but is not limited to, preparation of studies, reports, design documents, plans, specifications, cost estimates; flood damage and benefit analysis; structural, geotechnical and geophysical investigations, Hydraulics and hydrology engineering; design and restoration improvements in wetlands, and project report preparations. The project area is primarily within the New York District boundaries and other Corps of Engineers locations within �NAD/MSC� boundaries.� 3. QUALIFICATIONS:� All interested firms are encouraged to respond to this notice and may respond to this announcement by submitting a capability statement which addresses the following key areas: Demonstrated Flood Risk Management design which includes but is not limited to the following:� Ability to accurately log (SPT) and classify soils using the Unified Soil Classification in association with the Burmister method to quantify minor components.� Experience of removal and replacement of existing utilities located in channels to include direct drilling and underwater inspection with a certified commercial diver with at least 1 year experience and CPR certification. Flood Damage Reduction design work which includes but is not limited to the following: levees, floodwalls, pump stations, closure structures, interior drainage, drainage structures, sluice gates, site investigation, geotechnical reports, borings (with laboratory analysis), aerial photography, topographic surveys, wetland delineation and mitigation, capability and experience to use specialized computer programs such as HEC-RAS, HEC-1, HEC-2, EAD, HEC-HMS. Preparation of contract drawings, technical specifications using SpecsIntact, design analyses and construction support services. Shore protection projects related to but not limited to the following: design and restoration improvements in coastal and coastal inlet. This may include aerial photography, cross shore profiles, hydrographic and/or topographic surveys, deploying and servicing wave gages and other instrumentation, subsurface investigations and analyses, geotechnical and structural analysis, and/or storm damage surveys. Preparation of construction plans and specifications, development of coastal and environmental monitoring programs (for shore protection projects), environmental assessments/analyses, and construction support services. Ecosystem restoration and mitigation, which includes but is not limited to the design of tidal and fresh water wetlands. The A/E shall demonstrate competence in appropriate data collection and processing methods, including but not limited to the deployment and monitoring of tide and other gauges; the collection and processing of tide data to determine local tidal means; the development of a water budget, the collection of bio-benchmarking data; the development of hydrologic and hydraulic (H&H) analysis; the evaluation of planned wetlands (EPW) analysis. The A/E shall demonstrate competence in developing designs and specifications for ecosystem restoration and mitigation projects, including but not limited to establishing appropriate design elevations for proposed vegetation communities, plant species selection, construction schedule and sequencing, construction support services and develop a post-construction monitoring plan, using USACE �approved CADD and design software. 4. SUBMISSION REQUIREMENTS: All interested firms are encouraged to respond to this notice and may do so by submitting a capabilities statement. The capabilities statement is limited to fifteen (15) pages total and shall include the following information: Firm's name, address, point of contract, phone number and email address. Firm's business size - Identify the Small Business type (Small Business, an 8(a) Program Participant, HUBZone Small Business, Small Disadvantaged Business, Women-Owned Small Business, Veteran-Owned Small Business or Service Disabled Veteran Owned Small Business). Firm�s Part II of their SF 330, including Part II�s of any subcontractors (if applicable). Demonstration of the firm's experience as a prime contractor on projects of similar size, type and complexity within the past five years. List at least 3 completed projects and include project title and location, a brief description of the project to include dollar amount of the project and work that was self-performed. Please consider the following when preparing your capabilities statements. Additionally, firms must be capable of responding to and working on multiple task orders concurrently.� The response must be specific to the qualifications listed above to show that the respondent meets the requirements and possesses the necessary skills and experience. If a response does not show that the respondent meets the qualifications and/or does not possess the necessary skills and experience, the respondent will not be considered by the Government. Again this is not a request for proposal or quotation; there is no solicitation available at this time. Responses are to be submitted as a .pdf file. No Hard copies are required. Responses to this Sources Sought are to be sent via email to stephen.dibari@usace.army.mil.� Please respond no later than 4:00 p.m. eastern standard time 15 business days from the posting date in the FedBizOps website.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e230b9745c9f47b0b4f21897d2197105/view)
- Place of Performance
- Address: Green Brook, NJ, USA
- Country: USA
- Country: USA
- Record
- SN05625474-F 20200421/200419230140 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |