Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 04, 2022 SAM #7674
SOURCES SOUGHT

99 -- FY23 AE Services IDIQ Market Research for the Forest Service

Notice Date
12/2/2022 1:52:38 PM
 
Notice Type
Sources Sought
 
NAICS
5413 —
 
Contracting Office
USDA SHOW LOW AZ 85901 USA
 
ZIP Code
85901
 
Solicitation Number
1282B123RTD01
 
Response Due
12/15/2022 2:00:00 PM
 
Point of Contact
Traci Davis
 
E-Mail Address
traci.davis@usda.gov
(traci.davis@usda.gov)
 
Description
FY23 AE Services IDIQ Market Research for the Forest Service. This is a Sources Sought Notice and is for informational and market research purposes ONLY.� This is NOT a request for proposals, quotations, and/or bids.� This is also not a guarantee that a solicitation will be offered for the effort discussed.� This is for market research purposes. This is market research into the capabilities of small businesses in the work area of interest as well as large businesses willing to subcontract a large portion of the work to small businesses in the work area of interest.� Furthermore, the intent of this sources sought is to determine interest, capability, as well as availability of AE Services in the geographical areas of interest.� The NAICS code for the work described below is 541300.� The contract if awarded is expected to be a base period plus 4 option periods. The IDIQ solicitation if it occurs is expected to be posted on or about January 2023.� �The work will primarily be in the following areas: Colorado, Kansas, Nebraska, South Dakota, and Wyoming.� Secondary areas that could potentially be contracted are: Montana, North Dakota, Idaho, Nevada, and Utah. The Forest Service is issuing this Sources Sought Announcement for the research purposes to explore the award of Indefinite Delivery/Indefinite Quantity Contracts for Multi-Discipline Architectural and Engineering (AE) and related services.� This proposed contract if awarded will provide Architect Engineering Title 1 and Title 2 services and other AE associated services.� The estimated value of this effort if awarded is $50 Million.� This is potentially a new requirement and a current AE IDIQ is not in place at this time. While the specific work will be defined per task order, typical tasks may include, but not be limited to: Performing site investigations, collect field data, conduct land survey, research existing records and drawings, study alternatives, and prepare engineering report for development of a new facility or modification of an existing facility. Perform geotechnical exploration and sampling, analysis, and recommendations. Prepare dam emergency response plans, dam breach analyses, and update dam operation and maintenance plans. Perform bridge inspections including design, load ratings, and analyses. Complete energy modeling and energy and life cycle/value analysis. Prepare designs, drawings, and construction specifications for new facilities or modifications of existing facilities for administrative and/or recreational sites and buildings to Forest Service standards and guidelines.� Where applicable, facilities shall be fully accessible to meet the requirements of the Americans with Disabilities Act Accessibility Guidelines and all applicable laws, codes and regulations pertinent to accessibility. Prepare construction cost estimates for program budgeting and procurement. Perform construction inspection or complete construction management during construction of a facility to determine conformance to the contract documents, review submittals, reply to requests for information, assess code compliance, analyze construction modification and claims, and prepare Operational and Maintenance (O&M) manuals. The A-E contractor shall not direct the construction contractor. All direction to the construction contractor shall come from the Contracting Officer (CO) or an appointed federal employee COR (Contracting Officer's Representative). Perform value analysis and life cycle cost estimating. Perform water rights investigations including associated field work. Identify all necessary permits, licensures, and approvals and where applicable, the AE shall be responsible for obtaining said permitting required during the design stage Interested firms are asked to complete capabilities package. �A completed capabilities package needs to contain the following: Whether or not you are a small or large business Staff Size including what professionally registered personnel you have on staff or subcontracted Your firms experience and capabilities related to the identified typical tasks above Identify what professional engineers on staff were engaged on referenced experience Identify what experience took place in the aforementioned geographical areas of interest (Colorado, Kansas, Nebraska, South Dakota, and Wyoming) Additionally, work in the following areas could also be contracted: Montana, North Dakota, Idaho, Nevada, and Utah.� Please indicate what experience and capabilities occurred in these geographical areas Business Classification (Other than small business, Small Business, HubZone, 8a, etc.) Resumes of Key In-House Personnel and what states they are registered to perform work in Examples of projects related to the aforementioned list of typical tasks including the nature of work and percentage of work performed by your firm and the percentage of work performed by subcontractors. Indicate what areas of the geographical area mentioned above that you can support and provide how you would manage the workload in multiple geographical areas mentioned If you are a large business, demonstrate that you have worked closely with small business before and to what extend as far a percentage of work per project Responses are limited to 5 pages and should be in the form of ONE PDF file. The Government will not pay for any material provided in response to the market research and will not return any data provided. Responses are required no later than December 15, 2022, at 5:00 PMEST. Responses should be addressed to Traci Davis, traci.davis@usda.gov. No questions will be taken nor responded to concerning this Market� Research. Thank you in advance for your attention to this Sources Sought.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/25a1efdcbd5447a5918e8ec1d1d0f3d9/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06534187-F 20221204/221202230101 (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 |
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.