Louisiana Bids > Bid Detail

Architect-Engineering Services for SPR

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159928011141113
Posted Date: Feb 20, 2024
Due Date: Mar 12, 2024
Source: https://sam.gov/opp/6bf9ce0355...
Follow
Architect-Engineering Services for SPR
Active
Contract Opportunity
Notice ID
89243524RCR000017
Related Notice
Department/Ind. Agency
ENERGY, DEPARTMENT OF
Sub-tier
ENERGY, DEPARTMENT OF
Office
STRATEGIC PETROLEUM RESERVE
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 20, 2024 04:37 pm EST
  • Original Response Date: Mar 12, 2024 12:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 27, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C219 - ARCHITECT AND ENGINEERING- GENERAL: OTHER
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    New Orleans , LA 70123
    USA
Description

I. Synopsis:

The Strategic Petroleum Reserves Project Management Office (SPR) located in New Orleans, Louisiana, is seeking information about potential sources interested and capable of providing Architect and Engineering (A-E) Services, North American Industry Classification System (NAICS) Code 541330, with a small business size standard of $25.5M.

This is not a solicitation for proposals and no contract will be awarded from this announcement. There is no Request for Proposal (RFP) or Solicitation to download or request. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. The purpose of this announcement is to gain knowledge of interest, capabilities, and qualifications of interested A-E firms without limitation as to the size of the firm.

Responders must be able to pass security checks, have insurance, and meet all regulatory requirements for accessing government installations. Contractors must be established and registered in System for Award Management (SAM) (https://www.sam.gov). The Government is seeking qualified, experienced sources capable of performing the requirements stated herein.

The purpose of this synopsis is to identify A-E firms with the requisite qualifications to perform design and inspection services for the construction of modifications, additions, and expansions to the Strategic Petroleum Reserve facilities and connecting pipelines. The work will consist of design of mechanical, electrical, instrumentation, civil, control, fire protection and security systems in an industrial Petro-Chemical environment. The work may consist of feasibility studies, engineering change proposals, conceptual designs, definitive engineering scope, environmental documents, Title I (preliminary design), Title II (definitive design), and Title III (post approved for construction services). Additional related services may include preparation of construction schedules and cost estimates for bid packages; assistance in the acquisition of local permits, environmental permits, building permits, Corps of Engineers permits, and other clearances. It is important to note that in accordance with Federal Acquisition Regulation 52.219-14, Limitations of Subcontracting; the prime contractor is required to perform at least fifty percent (50%) of the labor with their own employees.

Based on qualification, capability, and capacity statements received in response to this Sources Sought Announcement, this acquisition may be solicited as a Small Business Set-Aside. All Small Business (SB), Small Disadvantaged Business (SDB) to include Section 8(a) Participants, Woman Owned Small Business (WOSB), Historically Utilized Business Zone (Hubzone), Service-Disabled Veteran Owned Small Business (SDVOSM), and Veteran Owned Small Business (VOSB)) are encouraged to respond to this notice.

The SPR anticipates soliciting and awarding one Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) Contract under 40 USC 1101 et. seq., currently titled “Selection of Architects and Engineer” (formerly the Brooks Act) and Federal Acquisition Regulations (FAR) Part 36.6 procurement procedures. However, the SPR reserves the right to solicit and award more than one contract. The contract’s maximum value is anticipated to be up to $30,000,000.00 with a duration not to exceed five (5) years. Award is anticipated on or around July 2025. Types of services required will include concept design, final design, construction phase services, site investigations, studies and reports, and criteria development.

II. Requirements

Interested A-E firms will be required to demonstrate recent, specialized experience and technical competency of the A-E(s) (including consultants) in:

(1) Petroleum storage and transfer, fluids process engineering, salt dome cavern leaching, brine disposal, retrofit of existing facilities, distributed control system, electrical power distribution, instrumentation systems, and construction estimating.

(2) Ability to assign an adequate number of qualified key personnel from its own organization, including a competent supervising representative, and keep them assigned to a specific project spanning multiple years.

(3) Availability of additional competent employees to support the project, taking into consideration the depth and size of the organization and the volume of workloads.

Interested Service Providers must demonstrate experience and technical competency by providing specific examples of projects that have been completed including contact references.

The Government is requesting that interested A-E firms furnish the following information:

(1) Company name, address, point of contact, telephone number, and e-mail address.

(2) State size status Other than Small (OTS) Small Business (SB), Small Disadvantaged Business (SDB) to include Section 8(a), Historically Underutilized Business Zones (Hubzone), Veteran Owned Small Business Concerns (VOSB), Service-Disabled Veteran Owned (SDVOSB), Historical Black Colleges and Minority Concerns (HBCU/MI), Indian organizations and Indian-Owned economic enterprises.

(3) Identify servicing Small Business Administration District Office, if applicable.

(4) Provide no more than three (3) references, for no more than three (3) of the most recent and relevant contracts performed within the last three (3) years for the included requirements. Include name, address, telephone number, and e-mail address of references. Also, provide a brief description of the work performed, role of the A-E to include whether the work was self-performed or subcontracted out, total contract value, and period of performance. Contracts must be the same, or similar to the work described in this announcement. Existing and potential Joint-Ventures, Mentor-Portage Agreements and formal teaming arrangements are acceptable and encouraged. Please include your firm’s Unique Entity Identifier (UEI) and Commercial and Government Entity (CAGE) codes.

Responses to this Sources Sought shall be sent to Jeremy Smith at: jeremy.smith@spr.doe.gov. All questions must be submitted via e-mail. The due date and time for responses to this announcement is 11:00 am, 12 March 2024. Point of Contact is Jeremy Smith, Contract Specialist at jeremy.smith@spr.doe.gov or (504) 275-4783. Responses should be limited to no more than ten (10) pages. Do not submit product literature or brochures.


Attachments/Links
Contact Information
Contracting Office Address
  • 900 COMMERCE ROAD EAST US 492
  • NEW ORLEANS , LA 70123
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 20, 2024 04:37 pm ESTSources 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 >