Louisiana Bids > Bid Detail

A-E Contract for Environmental Infrastructure Design and other related Services within the boundaries of Mississippi Valley Division (MVD).

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159053827319186
Posted Date: Oct 26, 2023
Due Date: Nov 9, 2023
Source: https://sam.gov/opp/d8ad343352...
Follow
A-E Contract for Environmental Infrastructure Design and other related Services within the boundaries of Mississippi Valley Division (MVD).
Active
Contract Opportunity
Notice ID
W912P8-24-SS-0003
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
MVD
Office
W07V ENDIST N ORLEANS
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
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Oct 26, 2023 01:12 pm CDT
  • Original Response Date: Nov 09, 2023 02:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Nov 24, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C212 - ARCHITECT AND ENGINEERING- GENERAL: ENGINEERING DRAFTING, NOT CAD/CAM
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    New Orleans , LA 70118
    USA
Description

THE U.S. ARMY ENGINEER DISTRICT, NEW ORLEANS, IS SEEKING ALL



BUSINESS SOURCES FOR Acquisition of Indefinite Delivery/Indefinite Quantity (IDIQ) A-E Contract for Environmental Infrastructure Design and other related Services within the boundaries of Mississippi Valley Division (MVD).





THIS NOTICE IS FOR SOURCES SOUGHT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. SOLICITATION, SPECIFICATIONS AND



DRAWINGS ARE NOT AVAILABLE. The tracking number for this announcement is W912P8-24-SS-0003. The North American Industry Classification System (NAICS) code for this requirement is 541330, Engineering Services.





The Government will use responses to this SOURCES SOUGHT synopsis to make appropriate acquisition decisions regarding the type of procurement to be utilized for Acquisition of Indefinite Delivery/Indefinite Quantity (IDIQ) A-E Contract for Environmental Infrastructure Design and other related Services within the boundaries of Mississippi Valley Division (MVD).





For the new Environmental Infrastructure Design contract, the successful offeror will be required to provide all services necessary for the development of engineering products, to include but not limited to plans and specifications, for all disciplines of engineering for water-related environmental infrastructure and resource protection and development projects, including wastewater treatment and related facilities and water supply, storage, treatment, and distribution facilities.





All interested firms are invited to submit a capability statement of no more than five (5) pages back and front, and no smaller than 12-point Times New Roman font. The capability statement should demonstrate the interested firm's understanding, capability, approach, qualifications, and past experience in meeting the work requirements identified in Attachment# 1. Firms should identify services performed and completed environmental infrastructure design work on large projects for other Federal, state or local government clients. Firms should identify challenges and risks associated with meeting the work requirements and how the organization would minimize those risks.



The Government will review the capability statement to determine if the interested firm is capable of satisfying the requirements based on its demonstrated understanding, capability, approach, qualification, and past experience as required by the tasks of Attachment #1 Work Requirements. All capability statements must include (not counting towards the 5-page limit): the name of the firm, or firms if a teaming arrangement is proposed, point of contact, phone number, address of firm(s), and the Unique Entity Identifier (UEI) number for the prime entity. In order for USACE to assess set-aside possibilities under the NAICS code specified above, interested firms shall identify their company as one or more of the following: 1) Small Business (SB); 2) the SBA 8(a) Program; 3) Historically Underutilized Business Zone (HUBZone); 4) Woman-Owned Small Business (WOSB); 5) Service-disabled Veteran-owned Small Business (SDVOSB); or 6) Large Business.





Please note that a small business firm may submit a capability statement that includes the expertise of large business partner companies under a teaming arrangement. If a teaming arrangement is contemplated, then the response to this SOURCES SOUGHT must clearly discuss the tasks that the small business firm intends to perform; and the specific areas that the large business teaming partner intends to perform. Please note that at least 51% of the total cost of all services provided must be incurred by or for personnel of the small business firm pursuant to the FAR clause at 52.219-14 entitled "Limitations on Subcontracting (Oct 2022)".





In addition to the Capability statement, all interested firms shall complete Attachment #2, Questionnaire for Sources Sought Information. The completed Attachment #2 shall be submitted along with all other documents as required by this SOURCES SOUGHT synopsis.





IMPORTANT: Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Corps in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents WILL NOT be notified of the results of the evaluation. Statements that do not meet all requirements or submitted within the allotted time will not be considered. Electronic submissions will be accepted.



The responses to this SOUCES SOUGHT synopsis may be emailed to Melissa A. Vaughn, Melissa.A.Vaughn@usace.army.mil, no later than 2:00 p.m. Central Standard Time on 9 November 2023. USACE personnel may contact firms responding to this announcement to clarify a responder's capabilities and other matters as part of this market research process.





NOTE: Contractors must be registered in SAM (System for Award Management) to be eligible for contract award or payment from any DOD activity. Registration requires applicants to have a UEI number. Recommend registering immediately to be eligible for this potential procurement.



ATTACHMENTS:



Attachment 1 – Genral Requirements



Attachment 2 – Questionnaire for Sources Sought


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 7400 LEAKE AVE
  • NEW ORLEANS , LA 70118-3651
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Oct 26, 2023 01:12 pm CDTSources Sought (Original)

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 >