The RFP Database
New business relationships start here

Sources Sought for Blast Analysis A-E Services


Nebraska, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

This is a Sources Sought Notice and is for market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID. NO SOLICITATION IS CURRENTLY AVAILABLE.

The Omaha District, U. S. Army Corps of Engineers is seeking information from interested, qualified Small Business Community (SBC) members (for example, Small Businesses (SB), Small Disadvantaged Businesses (SDB)/8(a) firms, Service Disable Veteran Owned Small Businesses (SDVOSB), Economically Disadvantaged Women Owned Small Businesses (EDWOSB)*), as well as other-than-Small Business firms (‘Large' businesses), that are capable of providing services under North American Industrial Classification System (NAICS) code 541330 Engineering Services, which has a small business size standard of $15M in annual average gross receipts over the past three (3) years. All qualified, interested, capable firms are highly encouraged to respond to this sources sought announcement.


This Sources Sought Notice is part of the market research activities, and responses are sought to identify potential sources that have the knowledge, skill, experience and past performance to deliver quality-engineering services on time and within budget.


Project Description: A-E services for analysis of blast design and design of security measures, protective measures, and design to resist blast. The specific technical areas include: Prediction of loads and load effects from conventional weapons and explosives, improvised weapons and explosives, accidental explosions, and impact loads; Analysis of the aforementioned loads on real property; Design of real property to resist the aforementioned loads; Analysis and design to resist progressive collapse; and Other technical topics consistent with the aforementioned technical areas.


The services and products to be delivered in these technical areas include studies, investigations, assessments, and development of design analyses, plans, specifications, and construction cost estimates for the planning, design, construction, rehabilitation, and maintenance of real property; inventories and assessments of real property to assure the existing security and protective measures are adequate to resist the specified threats identified in this contract; development of technical criteria and design methodologies for resisting the specified threats identified in this contract (e.g. writing technical papers, developing Unified Facilities Criteria, etc.); development of computerized tools for the analysis and design to resist the specified threats identified in this contract; Teaching classes on any of the topics identified in this contract; Appurtenant administrative and management work (e.g. periodic progress reporting, presenting work products to customers, etc.); and Other services consistent with this with the aforementioned scope. Design and construction cost estimates may be required for any of the design tasks listed above.

All employees must be U.S. Citizens or properly documented non-U.S. citizens. All personnel on site are subject to a local and national agency background check.


TYPES OF CONTRACTS


Contracts will be procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. It is projected that awarded contract(s) will have an ordering period not to exceed five (5) years from the date of award. The individual contract capacity is anticipated to be approximately $4.5M for IDC(s) awarded. Two (2) IDCs NTE $9M are anticipated to be awarded. Task orders will be firm-fixed-price. Task orders against current/existing IDCs to be replaced have ranged from approximately $3,000 to $680,000, with the overall per-task-order average being approximately $130,000.


If market research and acquisition planning results in an Unrestricted procurement, any Large Business(es) selected will be required to submit a detailed Small Business Subcontracting Plan (reference FAR 19.7 and FAR Clause 52.219-9) during contract negotiations. The Small Business Subcontracting Plan is not required as part of the response to this sources sought announcement, but one must be approved by the Contracting Officer prior to award of an IDC to any Large Business. Small Business Subcontracting Plan requirements do not apply to Small Businesses (of any type/sub-set). If market research and acquisition planning results in small business set-aside, FAR Clause 52.219-14 ‘Limitations on Subcontracting' will apply, which states, in pertinent part, that ‘At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern.'


SUBMISSIONS/RESPONSES


Responses to this Sources Sought Announcement/RFI shall be limited to ten (10) pages in a single PDF document and should include the following information (item numbers (1) through (7) below). Additional pages beyond ten (10) will not be considered; cover letters and extraneous materials are NOT desired. Materials, documents, web links, etc. incorporated by reference in responses will not be accessed by the Government for inclusion; all responses must be self-contained, to address the following items.


(1) Firm name, address, point of contact, phone number and e-mail address.


(2) Firm DUNS Number and CAGE Code.


(3) Firm business size in relation to NAICS code 541330 Engineering Services [which has a small business size standard of $15M in annual average gross receipts over the past three (3) years], AS WELL AS TYPE(S)/SUB-SET(S) OF SMALL BUSINESS, IF/AS APPLICABLE.


(4) Specialized Experience and Technical Competence. Provide three (3) Department of Defense project examples, where experience should have occurred in the last five (5) years. Project examples should demonstrate specialized experience and technical competence to execute the types of projects and activities as indicated in paragraph above titled ‘Project Description'


FOR EACH PROJECT EXAMPLE PROVIDED, include a brief description of the project (scope), dollar value, offeror's role as a prime contractor or subcontractor, project duration (start/end dates), utilization of small business concerns/small business participation and associated past performance appraisal/evaluation/ratings, if available (e.g. completed CPARS/ACASS evaluation, PPQ), with customer/owner name with point of contact and contact information (phone number and email address) of someone from the customer/owner who can verify the information provided. The Government reserves the right to verify, confirm, follow-up on, etc. information provided with response, as it determines necessary. Past performance appraisal/evaluation/ratings will not be counted against the ten (10)-page limit specified above.


(5) Professional Qualifications. Demonstrate professional personnel qualifications sufficient to meet the scope of this requirement, e.g. via a list or table of registered professionals in the following key disciplines (firm of employment for all personnel identified shall also be noted):

a. Project Manager
b. Civil Engineer
c. Structural Engineers
d. Architect
e. Security Specialist
e. Cost Estimator


(6) Capacity. Demonstration/discuss capability and capacity to perform WORLDWIDE. Demonstrate capability and capacity to perform services on multiple task order awards concurrently. Be specific regarding dollar amounts and ability to meet schedules. Discuss/demonstrate items such as team organization, quality control procedures, cost control and coordination of in-house disciplines and subconsultants/subcontractors. Include in this section any Teaming Arrangement, Joint Venture or Mentor-Protégé information, if/as applicable.


(7) Other-Than-Small Business ("Large" Business) service providers shall include documented compliance with an approved Small Business Subcontracting Plan, if available.


Other forms of submission (e.g. regular mail, hand-delivered, facsimile) will not be accepted. Responses received after the stated due date/time will not be considered. NO ADDITIONAL INFORMATION WILL BE PROVIDED DURING THE ANNOUNCEMENT. Personal visits to discuss this announcement will not be allowed. Service providers must be registered in SAM (www.sam.gov) to be eligible for award of Government contracts.


Nadine Catania, Phone 4029952056, Email nadine.l.catania@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP