SOURCES SOUGHT SYNOPSIS
THIS NOTICE IS FOR SOURCES SOUGHT ONLY
NEW ORLEANS district, IS SEEKING ALL BUSINESS SOURCES FOR the Acquisition of multiple Indefinite Delivery/Indefinite Quantity Architect-Engineer Contracts for General Design and other related services within the boundaries or assignments of MississiPPI VALLEY DIVISION
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 W912P8-25-SS-0016. The North American Industry Classification System (NAICS) code for this requirement is 541330, Engineering Services, and 541380, Testing Laboratories. The Government will use responses to this Sources Sought synopsis to make appropriate decisions regarding the type of procurement to be utilized for Acquisition of multiple Indefinite Delivery/Indefinite Quantity (IDIQ) Architect-Engineer (A-E) Contracts for General Design and other related services.
For the new design contracts, the successful firms will be required to provide all services necessary for the development of engineering products, to include but not limited to design reports, plans and specifications, for any or all disciplines of engineering (architectural, electrical, mechanical, structural, civil, geotechnical, environmental, hydraulic, corrosion, project management, planning, etc.). Necessary services may also include surveys, geotechnical including soil borings and testing. Other support services include engineering design support during advertisement and construction. New Orleans District (MVN) intends to award multiple task orders from these design contracts with aggressive design schedules.
The purpose of this Source Sought synopsis is to identify all business concerns with the capability to perform the services defined in the attachment, General Requirements, with the intent of assessing set-aside possibilities. In order for MVN 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; 2) 8(a) program; 3) HUBZone small business; 4) small disadvantaged business; 5) woman-owned small business; 6) service-disabled veteran-owned small business; 7) veterans-owned small business; or 8) large business.
All interested firms are invited to submit a capability statement of no more than four (4) pages back and front, and no smaller than font size 12-point. The capability statement should demonstrate the firms understanding of past projects related to design of large navigational structures, pump stations, flood risk reduction structures, drainage structures, etc., capability (key personnel and equipment), capacity (design team), approach, qualifications, and past experience in meeting the work requirements identified in the attachment. Firms should identify challenges and risks associated with meeting the requirements of the attachment and how the organization would minimize those risks. The Government will review the capability statement to determine if the firm is capable of satisfying the requirements based on its demonstrated understanding, capability, capacity, approach, qualification, and past experience as required by the tasks in the attachment. All capability statements must include: 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.
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 fifty percent 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)”.
IMPORTANT: Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist MVN 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. The responses to this SOURCES SOUGHT synopsis may be emailed to Veronica F. Garner-Flint, Veronica.Garner-Flint@usace,army.mil and Cori A. Caimi, Cori.A.Caimi@usace.army.mil no later than 1100 hours Central Time on the closing date of this synopsis.
MVN 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: Firms must be registered in the System for Award Management (SAM) to be eligible for a contract award. Register at https://www.sam.gov
Contracting Office Address:
Attn: CEMVN-CT Room 172
7400 Leake Avenue
New Orleans, Louisiana 70118-3651
Primary Point of Contact:
Veronica F. Garner Flint
Contracting Officer
Phone: (504) 862-1515
Secondary Point of Contact:
Cori A. Caimi
Contract Specialist
Phone: (504) 862-1352