Mississippi Bids > Bid Detail

Miscellaneous A/E Design Services within the Mississippi Valley Division for the U.S. Army Corps of Engineers (USACE), Vicksburg District.

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159707037381929
Posted Date: Jun 27, 2023
Due Date: Jul 14, 2023
Solicitation No: W912EE23O0003
Source: https://sam.gov/opp/05778dc1c6...
Follow
Miscellaneous A/E Design Services within the Mississippi Valley Division for the U.S. Army Corps of Engineers (USACE), Vicksburg District.
Active
Contract Opportunity
Notice ID
W912EE23O0003
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
MVD
Office
W07V ENDIST VICKSBURG
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Jun 27, 2023 12:19 pm CDT
  • Original Published Date: Jun 20, 2023 02:01 pm CDT
  • Updated Response Date: Jul 14, 2023 02:00 pm CDT
  • Original Response Date: Jul 07, 2023 02:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Jul 29, 2023
  • Original Inactive Date: Jul 22, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C219 - ARCHITECT AND ENGINEERING- GENERAL: OTHER
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Vicksburg , MS 39180
    USA
Description View Changes

In accordance with Federal Acquisition Regulation (FAR) 52.215-3, “Request for Information or Solicitation for Planning Purposes”. This is a SOURCES SOUGHT SYNOPSIS announcement to be used for preliminary market research purposes only. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this sources sought notice or any follow up information requests.

The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of 8(a), HUBZone, Service-Disabled Veteran-Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), and Economically Disadvantaged Women Owned Small Business (EDWOSB) to compete and perform service under a contract. The type of solicitation and contract issued will depend upon the responses to this source sought notice. ANY BUSINEES WITH THE REQUIRED CAPABILITY, REGARDLESS OF THEIR BUSINESS SIZE, OR SOCIO-ECONOMINC STATUS, MAY RESPOND TO THIS SOUCES SOUGHT NOTICE.

The vendor must be capable of furnishing all labor, supervision, tools, materials; equipment and transportation to perform Miscellaneous Design Services within the Mississippi Valley Division for the U.S. Army Corps of Engineers (USACE), Vicksburg District.

The contractor shall furnish A-E service capabilities for various civil works projects and support for other agencies. Work may be comprised of, and professional design experience and registration is required in civil, structural, hydraulic, hydrologic, geotechnical, environmental, sanitary, electrical, and mechanical engineering and surveying, mapping, CAD, architecture, and cost estimating. Work may include but is not limited to engineering support for feasibility studies, preparation of design reports, value engineering, preparation of conceptual and contract drawings, computer aided drafting, cost estimating, preparation of contract specifications, performing design analyses, water distribution analyses, roadway rehabilitation, wastewater treatment plant, sewer improvement projects and preparing design-build request for proposals. Work related to construction activities may include excavation, placement of embankment, construction of reinforced concrete structures, fabrication of steel assemblies such as pumps and gates, and construction of mechanical and electrical systems. Work shall be accomplished in English and/or metric units as directed.



Capability and experience are required for design of flood damage reduction projects including channels, levees, weirs, grade control structures, drainage structures (pipes and culverts), gated structures, floodwalls and pump stations, water supply, storage, wastewater treatment and distributions systems; and other projects including channel stabilization, site development, multipurpose buildings in support to the District and its assigned DOD missions.



Firms must demonstrate experience in presenting project details and/or study results using the Autodesk Suite of CAD and Drafting Software, HEC suite of modeling software, GIS tools, Geostudio Slope/W and Seep/W to present project details and/or study results. Three-dimensional models may be required. Development of Building Information Models (BIM) may also be required.



Subcontracting guidelines referenced in FAR 19.505(b)(1)(i) shall be followed. Firms must demonstrate their ability to perform at least 50% of the work pursuant to FAR 19.505(b)(1)(i), on multiple projects involving the required disciplines referenced in the PROJECT INFORMATION paragraph, with experience in the items listed below.



The requirement being considered will be an Indefinite Delivery Type (IDT) Contract as outlined in FAR Part 36 Construction and Architect-Engineer Contracts. The North American Industrial Classification System (NAICS) Code applicable to this requirement is 541330, Engineering Services with a small business size standard of $25.5 million.

Interested companies responding to this sources sought should include the following information:



1. Company name, address, phone number, email, Unique Entity Identification (UEI) Number, CAGE Code, point of contact (POC) name, as well as business category (small businesses or other than small to include subsets).



2. Information describing the company’s capability to perform the work described. Provide specific capabilities on relevant work of the same or similar in size and complexity. Include contract numbers, contract descriptions, dollar value, and a customer point of contact, telephone number and email address. Identify whether your firm was a prime vendor or subcontractor. Specialized Experience should be demonstrated in the following areas:






    1. Demonstrate experience in site exploration, including surveying, geotechnical investigations and reports

    2. Demonstrate experience in Hydrology and Hydraulics engineering and design services utilizing software mentioned under PROJECT INFORMATION above.

    3. Demonstrate experience in reservoir regulation, water and sediment quality engineering and design services

    4. Demonstrate experience in structural design in compliance with the following:

      1. EM 1110-2-2000 Standard Practice for Concrete for Civil Works Structures (March 2001)

      2. EM 1110-2-2100 Stability Analysis of Concrete Structures (December 2005)

      3. EM 1110-2-2104 Strength Design Criteria for Reinforced Concrete Hydraulic Structures (November 2016)

      4. ETL 1110-2-584 Design of Hydraulic Steel Structures (June 14)

      5. EM 1110-2-2502 Floodwalls and other Hydraulic Retaining Walls (August 2022)

      6. EM 1110-2-2906 Design of Pile Foundations (January 1991)



    5. Demonstrate experience in designing civil works projects, such as levees, dams, etc. in compliance with the following:

      1. EM 1110-2-1901, Seepage Analysis and Control for Dams (April 1993)

      2. EM 1110-2-1902, Slope Stability (October 2003)

      3. EM 1110-2-1913, Design and Construction of Levees (April 2000)

      4. EM 1110-1-1904, Settlement Analysis (September 1990)

      5. EM 1110-1-1905, Bearing Capacity of Soils (October 1992)

      6. TM 3-424, Investigation of Underseepage and its Control (Oct 56)



    6. Demonstrate experience in designing navigation related projects

    7. Demonstrate experience in designing large complex structures, such as pumping plants, locks, etc.

      1. EM 1110-2-2602, Planning and Design of Navigation Locks (September 1995)

      2. EM 1110-2-2610, Mechanical and Electrical Design for Lock and Dam Operating Equipment (June 2013)



    8. Demonstrate experience in vertical design projects, including architecture

    9. Demonstrate experience in design of water supply, storage, wastewater treatment and distributions systems and maintenance and repair of these systems.

    10. List no more than 10 projects that best illustrate current qualifications, relevant project experience and technical competence of the firm and consultants in the work described under PROJECT INFORMATION above.





3. Provide company’s professional qualifications. The firm must employ qualified registered professional personnel in the following key disciplines: civil engineering, structural engineering, geotechnical engineering, hydraulic engineering, electrical engineering, mechanical engineering, construction engineering, architecture, and surveying. The firm must indicate professional registration and work experience of key personnel. The firm should emphasize professional registration, advanced degrees, and specific work experience of key personnel. The selected firm should also indicate adequate management personnel with required qualifications and experience to assure prompt response to assignments.



4. Provide company business size based on NAICS code 541330. Also, provide business type ((i.e., Small Business or Other than Small) and all applicable socio-economic category information (Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, Hub Zone Small Business, etc.)).



5. Provide a Statement of Interest in the project.



6. A narrative statement demonstrating your firm's capability and experience in providing Miscellaneous Design services of a similar nature as described above. Your response should include the following information: details of similar contracts/projects (within the past 5 years) to include contract number, dates of service, project references (including owner with phone number and email address), size and scope of contract/project.



Interested contractors shall submit their response by e-mail only. The response must be submitted as a single application-generated (not scanned) PDF document that is less than or equal to 4MB in size. Please note that hard copies will not be accepted. Responses to this notice are due NO LATER THAN 2:00 p.m., Central, July 14, 2023, via email to the primary point of contact listed Ellis.Screws@usace.army.mil.



Interested parties should register on-line and subscribe to receiving procurement announcements related to this sources sought notice at www.sam.gov. Any questions related to this notice shall be submitted in writing by E-mail to the point of contact listed. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities.

Any future solicitation, including specifications and/or drawings, will be made available on the SAM.gov website (https://www.sam.gov/). Interested parties are solely responsible for monitoring the aforementioned website for the release of a solicitation package and/or any updates/amendments.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 4155 CLAY STREET
  • VICKSBURG , MS 39183-3435
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >