SOURCES SOUGHT
C -- Geotechnical Services AE IDC Contract
- Notice Date
- 8/13/2020 7:27:21 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US ARMY ENGINEER DISTRICT TULSA TULSA OK 74137-4290 USA
- ZIP Code
- 74137-4290
- Solicitation Number
- W912BV20S0001
- Response Due
- 8/28/2020 12:00:00 PM
- Archive Date
- 09/12/2020
- Point of Contact
- Diane Cianci, Phone: 9186697458
- E-Mail Address
-
diane.cianci@usace.army.mil
(diane.cianci@usace.army.mil)
- Description
- SOURCES SOUGHT SYNOPSIS For Geotechnical Services Architect-Engineer (A-E) Indefinite Delivery Contract (IDC) �$9.5M 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 SF 330 FORM IS 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 be notified of the results of the evaluation upon request. The U.S. Army Corps of Engineers � Tulsa has been tasked to solicit and award an Architect-Engineer (A-E) contract for Geotechnical Services.� The proposed acquisition will be competitive, firm fixed price, indefinite delivery contract.� The type of set-aside decision to be issued will depend upon the responses to this synopsis. 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: Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB).� The Government must ensure there is adequate competition among the potential pool of responsible firms.� Small business, Section 8(a), HUBZone, SDVOSB and WOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources for professional, A-E Services, procured in accordance with Public Law 92-582 (Brooks Act) and Federal Acquisition Regulation (FAR) Part 36, capable of performing: Contractor shall furnish the following services as may include, but are not limited to: benchmark installation, control/alignment mark installation, crest surveys, service bridge instrumentation surveys, mechanical grain size analysis, Atterberg limits, unconfined compression tests, 'Q' and 'R-bar' triaxial compression tests, permeability tests, compaction tests, foundation design, Borrow investigations, design and inspection of earth, rockfill, and concrete embankment Structures, stability analysis, seepage analysis, spillway erodibility analysis and seismic analysis of structures. The North American Industry Classification System code for this procurement is 541330 with a small business size standard of $16.5M. Small Business firms are reminded under FAR 52.219-14 (Deviation 2019-O0003), Limitations on Subcontracting.� Firm will not pay more than 50% of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 50% subcontract amount that cannot be exceeded. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Award will be based on selection of the most highly qualified firm in accordance with A-E Brooks Act procedures in accordance with FAR 36.6. Anticipated AE synopsis issuance date is on or about 1st Quarter, FY21.� The official synopsis citing the solicitation number will be issued on Federal Business Opportunities beta.sam.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm�s response to this Synopsis shall be limited to 5 pages and shall include the following information: 1.� Firm�s name, address, point of contact, phone number, and e-mail address. 2.� Firm�s interest in bidding on the solicitation when it is issued. 3.� Firm�s capability to perform a contract of this magnitude and complexity outlined in the Scope of Work above (include firm�s capability to execute AE services-comparable work performed within the past 5 years): ����������� Brief description of the project, customer name, timeliness of performance, and dollar value of the project) � provide at least 3 examples. 4. �Firm�s Business Size � LB, SB, 8(a), HUBZone, SDVOSB, and WOSB 6.� Firm�s Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information is acceptable Interested Firm�s shall respond to this Sources Sought Synopsis no later than 27 August 2020 at 2:00pm CST.� All interested firms must be registered in SAM to be eligible for award of Government contracts. �Your response shall be emailed to Diane Cianci, Tulsa District, at diane.cianci@usace.army.mil.� [EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.]
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/914abac6213b48ac925035d618155916/view)
- Place of Performance
- Address: Tulsa, OK 74137, USA
- Zip Code: 74137
- Country: USA
- Zip Code: 74137
- Record
- SN05757552-F 20200815/200813230204 (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 |