Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2023 SAM #7848
SOURCES SOUGHT

C -- Source Sought for Architect Engineer Indefinite Delivery/Indefinite Quantity (A/E IDIQ) Value Engineering Services

Notice Date
5/22/2023 1:01:32 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
 
ZIP Code
21201-2526
 
Solicitation Number
W912DR-23-R-YR01
 
Response Due
6/12/2023 8:00:00 AM
 
Point of Contact
Yubaraj Rasaily, Phone: 4438532061, Sherry Rhoden, Phone: 4109621000
 
E-Mail Address
yubaraj.rasaily@usace.army.mil, sherry.s.rhoden@usace.army.mil
(yubaraj.rasaily@usace.army.mil, sherry.s.rhoden@usace.army.mil)
 
Description
SUBJECT:� Source Sought for Architect Engineer Indefinite Delivery/Indefinite Quantity (A/E IDIQ) Value Engineering Services Solicitation Number:� W912DR-23-R-YR01 Synopsis:� THIS IS A SOURCES SOUGHT ANNOUNCEMENT, NOT A SOLICITATION OR OFFER TO PURCHASE. This Sources Sought notice is to determine the capability of potential sources and the availability of commercial sources and services pursuant to FAR Part 10. This notice is for informational purposes only and does not constitute an invitation for Bid or Request for Proposal, and is not to be construed as a commitment by the Government. The Government will not reimburse contractors for any cost incurred for their participation in this Sources Sought. Large and small businesses are encouraged to participate in this sources sought. The Government may base decisions about a future procurement on the responses to this survey. The U.S. Army Corps of Engineers (USACE), Baltimore District (hereinafter USACE Baltimore District), seeks to determine the availability and adequacy of potential sources to support acquisition of the requirements stipulated below. USACE Baltimore District anticipates satisfying these requirements by potentially utilizing a variety of the following sources: 8(a), Service Disabled Veteran- owned Small Business Set-Aside, HUB Zone Set-Aside, small business, and unrestricted business. Should acquisition of these requirements follow this market research effort, it will be conducted in compliance with the Brooks Act. The applicable NAICS code for this procurements is 541330 and the size standard is $25.5M.� The USACE Baltimore District is seeking sources to perform Architect-Engineer Services for various value engineering requirements to support USACE, to include the Washington Aqueduct Division and its customers primarily located within the assigned mission areas of the North Atlantic Division (NAD) and other USACE Regions. For the purposes of planning this procurement, the Government is seeking responses from sources/vendors/companies that can provide A/E Environmental Services as described herein. The work may encompass a wide range of value methodology and other decision making tools to: perform value-based program/project planning charrettes; performing value-based project design charrettes; lead value based review of requests for proposals and/or plans & specifications; prepare risk & cost determinations, to include Cost and Schedule Risk Analyses (CRSA) and mitigation plans for specific programs/projects; lead lessons learned reviews and after action reviews including participation from project managers, HQUSACE, and project delivery teams to assist with documentation of such reviews; perform traditional Value Engineering workshops for design/bid/build projects that include study of project features and design systems to arrive at recommended alternatives following the six step plan as recognized by SAVE International.� Programs supported include the Military Construction Program (MILCON); Sustainment, Restoration, and Modernization (SRM); Operations and Maintenance (O&M); Defense Environmental Remediation Program (DERP); and a variety of other military, environmental, civil works, and planning missions. Interested sources should submit a Statement of Capability (SOC) demonstrating their experience in these areas to yubaraj.rasaily@usace.army.mil and sherry.s.rhoden@usace.army.mil no later than 12 June 2023. The SOC should conform to the following: 1.� On the first page of the SOC, indicate business size in relation to the NAICS code 541330. Provide your company's System for Award Management (SAM) Cage Code and Unique Entity Identifier (UEI) number to verify your business status as a qualified Small Business (SB), Service Disabled Veteran Owned SB (SDVOBSB), Historically Underutilized Business Zones (HUB Zone), Qualified Section 8(a), or Women-Owned Small Business (WOSB). Contractors must be registered in SAM at time of bid/proposal due date. Please see https://www.sam.gov/portal/SAM/ for additional registration information. 2.� The SOC should include your interest, capabilities (experience, personnel, facility, schedule slots, and ability) to meet all requirements stated in this announcement. This SOC should include documentation of past specialized experience and technical competence in similar work, including up to three (3) past projects for which your firm was the prime contractor. 3.� Provide your company�s annual average revenue for the last five (5) years. 4.� The SOC shall not exceed five (5) pages (11 point font minimum) in one (1) .pdf file. Email responses are required.� Tables charts, graphs, etc., will not count toward the 5-page count total (smaller font is allowed for these items, but the text must be legible).� All data received in response to this Sources Sought notice marked or designated as corporate or proprietary information will be fully protected from release outside the Government.� No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation.� In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointment for presentations will be made.� Contracting Office Address: USACE Baltimore District, 2 Hopkins Plaza, Rm. 03-F-06, Baltimore, MD 21203 Place of Performance: Throughout the North Atlantic Region and at other assigned mission areas. Point of Contact: yubaraj.rasaily@usace.army.mil Please e-mail your questions to US Army Corps of Engineers Contracting office at yubaraj.rasaily@usace.army.mil and sherry.s.rhoden@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fbb99c379af04ce1b253140b2649bddf/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06690868-F 20230524/230522230115 (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.