Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 06, 2024 SAM #8075
SOURCES SOUGHT

C -- PILE DIKE AE SATOC

Notice Date
1/4/2024 8:56:17 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W071 ENDIST PORTLAND PORTLAND OR 97204-3495 USA
 
ZIP Code
97204-3495
 
Solicitation Number
PANNWD23P0000004029
 
Response Due
1/25/2024 3:00:00 PM
 
Archive Date
02/09/2024
 
Point of Contact
Kristel Flores, Andrea Smothers
 
E-Mail Address
Kristel.M.Flores@usace.army.mil, andrea.k.smothers@usace.army.mil
(Kristel.M.Flores@usace.army.mil, andrea.k.smothers@usace.army.mil)
 
Description
???General. This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of industry so the government can make informed business decisions. We are seeking responses from both large and small business members of industry to include: Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small business (SDVOSB) and Veteran Owned Small Business (VOSB). All interested parties are highly encouraged to respond. Reponses to this Sources Sought announcement will be used by the Government to make business decisions and to inform potential future solicitations. The North American Industrial Classification Code (NAICS) for this requirement is:� 541330, Engineering Services The related size standard is:� $25.5 million Formal Sources Sought Response Due � 25 Jan 2024 at 3:00 pm Pacific Time. Project Background. The Contractor may be required to render services at the office(s) of various other team members, on-site at the offices of various U.S. Army Corps of Engineers (USACE) activities, or on-site at various project sites or installations. The location of work performed under this Contract shall be stated in the individual Task Orders. The Government expects the bulk of the Task Orders to be issued by USACE, Portland District (CENWP); however, the Procurement Contracting Officer may issue written authorizations for Seattle (NWS) and Walla Walla (NWW) Districts to issue Task Orders under this Contract. The purpose of this indefinite delivery, indefinite quantity (IDIQ) SATOC is to provide all labor, management, facilities, supplies, equipment, and materials (other than those to be furnished by the Government as set forth in this contract or task orders (TOs) issued under this contract), as necessary to accomplish the required services. The Contractor shall plan, schedule, coordinate and ensure the full, effective, efficient, and economical performance of all services ordered under this contract. The Contractor shall provide adequate professional supervision and quality control to ensure the accuracy, quality, completeness, and timely progress of the work. Project Scope. The Contractor shall provide survey, inspection, engineering, analysis, contract development, design, and design review services for civil works projects. Examples of typical projects are as follows: Pile Dike Systems. Engineering, investigation, and design for pile dike systems. Typical work for these features includes performing site investigations and surveys, performing condition inspections, preparing planning and study documents including engineering reports such as feasibility studies, Major Maintenance Reports (MMRs), Engineering Documentation Reports (EDRs), & Design Documentation Reports (DDRs), drafting plans and specifications, preparing National Environmental Policy Act (NEPA) documents, to include Section 404 and Section 401 permit documents, writing engineering construction instructions, and performing socioeconomic analysis and incremental economic analysis including Hydraulic Engineering Center � Flood Damage Reduction Analysis (HEC-FDA) and/or other professionally accepted computational economic analysis tools. Typical engineering disciplines include geotechnical, structural, civil, hydraulic, hydrologic, coastal, environmental engineers, and fisheries engineering. Typical non-engineering disciplines may also include project manager, fish biologist, biologist, and environmental coordinator. Typical projects include design or modification of features such as: Pile dikes Enhanced enrockment dikes Revetments Riprap Material off-loading facilities Access roads Staging areas Temporary floating barges Dredge disposal sites River training structures Navigation channels Fish habitat Erosion reduction Bank stabilization Site restoration Wetland restoration River riparian restoration River aquatic restoration Planting plans Request for Proposals (RFPs) for Design Bid Contracts. Coordination with USACE on development of contracts, task orders, and/or requests for proposals for design build contracts that may typically include all the elements in section 4.1 as well as construction planning and performing engineering during construction and drafting of operational documentation. Typical engineering disciplines include geotechnical, structural, civil, hydraulic, hydrologic, coastal, environmental engineer, and fisheries engineer. Typical non-engineering disciplines may also include construction inspector, construction administrator, project manager, program manager, fish biologist, biologist, and environmental coordinator. Value Engineering. Conduct value engineering (VE) studies for work described within this contract. Typical work includes the conducting of VE studies in accordance with the current version of USACE Engineering Regulation (ER) 11-1-321, Army Programs VE. To the extent possible, VE Studies shall include Risk Assessment/Analysis and Life Cycle Cost Estimating techniques in each study. VE Studies can be conducted at planning and/or design level for construction projects. Other. As part of the efforts to complete work described in C-4, work may be required in the following areas to complete the work: Economic analysis Topographic and hydrographic surveying Computer Aided Drafting and Design (CADD) & Geographic Information Systems (GIS) Subsurface explorations and testing. AdH Modeling Bentley IMS account for ProjectWise Access to share project files ProjNet - Dr Checks Number and Type of Contracts: NWP contemplates awarding a Single Award Task Order Contract (SATOC). The acquisition strategy decision has not yet been determined. Maximum small business participation is being sought at both the prime and subcontracting levels. Project Specific Constraints and Challenges: The project sites require design within dynamic and ever-changing environments that require survey and modeling that can be challenging. Oversight agency reviews and approvals of designs typically take 6-12 months, which can further be delayed by significant changes to the design. Environmental issues including protecting animals, wetlands, and fish add design complexity. BMP�s and design optimization for environmental issues such as that above is often not well known or documented yet and has to be further developed throughout the design process. Providing needed information to the PDT and oversight agencies with a high confidence level that the design won�t change. Task orders are expected to include review processes that may generate CUI in the form of lists of review personal. Questions for Industry: Is there anything in our SOW that would discourage you from bidding? Is there anything in our SOW that would cause enhanced pricing uncertainty? Are there any market conditions or industry practices that you feel the government needs to be aware of? Submission Instructions. Formal responses to this Sources Sought notice must be submitted electronically (via email) with SUBJECT: Sources Sought � PILE DIKE AE SATOC. Please email to Andrea Smothers, Contracting Officer, at andrea.k.smothers@usace.army.mil and Contracting Specialists, Kristel Flores at kristel.m.flores@usace.army.mil and Julia Henry at julia.b.henry@usace.army.mil before 3:00 pm Pacific time on 25 Jan 2024. Interested parties� responses to this Sources Sought shall be limited to six (6) pages and should include the following information: Firm's name, address, point of contact, phone number, e-mail address, CAGE and Unique Entity ID. Firm's business category and size: �Large Business (include summary of small business participation metrics), Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small business (SDVOSB) and at the subcontracting level, Veteran Owned Small Business (VOSB). An explanation of the prime firm�s capabilities, special qualifications/certifications and equipment and describe the work to be self-performed as it pertains to the proposed work outlined in the Project Scope. A description of work performed under similar project constraints and challenges listed under paragraph 3. Project Examples (for Joint Ventures, please include projects completed by the Joint Venture if available): To be considered for a potential set aside strategy, provide a maximum of three (3), minimum of one (1), Pile Dike and/or Enhanced Rock Dike project(s). These project examples must be similar in size, scope and complexity to the work described in paragraph 3 of this notice, with a description of each project (to include pertinent qualitative and quantitative information about featured scope elements), and include the following: Project Title Contract Number Contract award date Customer name, phone number and email address Prime or Subcontractor Initial contract dollar value Final contract dollar value Initial contract completion date Final contract completion date Customer satisfaction The Government may verify information in CPARS or PPIRS. Firm's Joint Venture information if applicable - existing and potential. Responses to the government�s questions in paragraph 5 and any other information the contractor feels the government needs to be aware of. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's capabilities to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov to have size status considered. You must remain current for the duration of the source selection process to be eligible for award of a Government contract. Attachments: Draft Statement of Work
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6893cd35b8ee4c128b7043b9fa4e7cbc/view)
 
Record
SN06927567-F 20240106/240104230043 (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.