SOURCES SOUGHT: Hydrology, Hydraulics, and Hydrologic Engineering Services

1. General. This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2.

USACE is seeking additional resources.  If a firm responded to the February 2022 Sources Sought and does not have additional information, beyond what was submitted earlier this year, that they would like USACE to consider as part of its research, no additional response is required

2. Contract Information: The U.S. Army Corps of Engineers, Northwestern Division, Portland District (CENWP) has been tasked to identify interest in a Hydrology, Hydraulics, and Hydrologic Engineering Services, A-E Single Award Task Order Contract (SATOC). This Indefinite Delivery Indefinite Quantity (IDIQ) contract will be procured in accordance with the Brooks Act and implemented in FAR Subpart 36.6. The official synopsis for a proposed contract action will be posted on SAM.gov and will provide information on material to be submitted.

CENWP is conducting market research for an anticipated A-E service and intends to award one (1) IDIQ contract with a five-year ordering period. The proposed project will be a competitive firm-fixed price contract with a contract capacity estimated at $10,000,000.00. The estimated minimum task order amount is $5,000 and the estimated maximum task order amount will not exceed the contract amount.

Responses to this Sources Sought announcement will be used by the Government to make, if appropriate, a small business set-aside acquisition strategy decision. This Sources Sought is intended to gain knowledge of the interest, capabilities, and qualifications of the small business members of the industry.

3. SCOPE OF WORK.  This is primarily a hydraulic and hydrologic (H&H) Single Award Task Order Contract (SATOC). Services required in this contract fall generally into the following broad categories:

Hydraulic and Coastal Design.

  • Hydraulic design for juvenile and adult fish passage, spillways, outlet works, and navigation locks.
  • Physical Model Studies for juvenile and adult fish passage, spillways, outlet works, and navigation locks.
  • Numerical Modeling for juvenile and adult fish passage, spillways, outlet works, and navigation locks, including 2 and 3 dimensional analysis.
  • Prototype testing for juvenile and adult fish passage, spillways, outlet works, and navigation locks.
  • Coastal engineering including coastal processes analysis, sedimentation analysis, and coastal structure design.

Reservoir Regulation, Water and Sediment Quality.

  • Water and sediment quality sampling, modeling, analysis, and testing in conjunction with A-E efforts.

River and Hydrologic Engineering.

  • Hydrologic analyses including precipitation, runoff, water supply, reservoir analysis, and statistical relationships.
  • River engineering and floodplain analysis, sediment yield and transport analysis, and associated numerical modeling.
  • Hydrologic climate change evaluations.
  • Hydrographic (single-beam and multi-beam sonar) and topographic (land survey, photogrammetry, and/or LiDAR) surveys to support H&H modeling in conjunction with H&H AE contract.

Additional information can be found in the included DRAFT Statement of Work

Note: The Government may consider the relevant experience and past performance of key individuals and predecessor companies in evaluating the company’s ability to perform this requirement when making procurement decisions

North American Industrial Classification Code (NAICS): 541330, Engineering Services;

Size Standard: $16.5M;

Federal Service Code (FSC): C211 – A&E General Services

Point of Contact for small business questions or assistance in the Portland District is the Deputy for Small Business, Carol McIntyre at 503-808-4602 or Carol.A.McIntyre@usace.army.mil.

4. Submission Instructions. Responses to this Sources Sought notice must be submitted electronically (via email) Subject: W9127N22R0017, Hydrology, Hydraulics, and Hydrologic Engineering Services. Please send to Cory Pfenning, Contract Specialist, at cory.r.pfenning@usace.army.mil by 2:00pm Pacific Standard Time 18 October 2022.

A firm’s response to this Sources Sought shall be limited to 10 pages and shall include the following information

    1. Firm’s name, address, point of contact, phone number, e-mail address, CAGE and SAM UID, and the Construction Bonding Level per contract.
    1. Firm’s small business category and Business Size: Small Business, Small Disadvantaged, 8(a) firm, Historically Underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB), and Service-Disabled Veteran-Owned Small business (SDVOSB).
    1. Provide relevant information on the Firm’s experience/Capabilities as it pertains to the proposed work outlined in the Scope of Work.
    1. Provide a minimum of one project similar in size, scope, and complexity with a brief description of the project, customer name, timeliness of performance, contract number, customer satisfaction and the dollar value. The Government may verify information in CPARS or PPIRS.

5. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses a solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation.

All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current for the duration of the contract to be eligible for award of a government contract.

  • Original Set Aside:
  • Product Service Code: C211 – ARCHITECT AND ENGINEERING- GENERAL: LANDSCAPING, INTERIOR LAYOUT, AND DESIGNING
  • NAICS Code: 541330 – Engineering Services
  • Place of Performance: Portland , OR USA

Full details via beta.sam.gov

SOURCES SOUGHT: Architect/Engineering (A/E) Services for Clarksburg Courthouse Modernization Phases 2-5

Sources Sought Notice for Architect/Engineering (A/E) Services for the Clarksburg Federal Building and Courthouse Phases 2-5 in Clarksburg, WV 

This is a sources sought only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement.  This is not a request for proposals, quotations or bids.  In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a contract.  No reimbursement will be made for any costs associated with providing information in response to this announcement.  There is no solicitation at this time, nor is there any additional information available to support this announcement.  The ability to respond to any future solicitation is not dependent upon responding to this Sources Sought Notice.  The sole purpose of this notice is to determine whether there are adequate small business contractors for the following anticipated procurement.

Background

The General Services Administration (GSA) intends to modernize and renovate an existing U.S. Courthouse in Clarksburg, WV. The project site is located at 500 W. Pike St. in the downtown historic district of Clarksburg, WV and has some historic building sections. The project includes space for the U.S. Courts and the U.S. Marshals Service, including a courtroom and judge’s chambers and all associated court spaces. The project must meet all building standards and criteria detailed in the US Courts Design Guide, USMS Pub64 and GSA’s P100. The contractor will develop construction documents for Phases 2 through 5 of the Clarksburg Courthouse Modernization project as described in the 2019 Feasibility Study, which is not being provided as part of this sources sought.

The Clarksburg Courthouse is located at the western edge of Clarksburg’s commercial downtown district at the northwest corner of West Pike and North 6th Streets. The building was constructed in 1932 and replaced the functions of a smaller 1886 structure, demolished in recent years, which was located a few blocks to the east of the present courthouse. The building was built to house a post office and mail sorting facility on the first floor, and to serve as a district courthouse on the upper two floors. The first floor Annex addition was constructed in 1972 increasing the building to a total of 76,455 square feet. The building is located in the Clarksburg Historic District and is listed on the National Register of Historic Places. The National Historic Preservation Act (NHPA) mandates that modifications that impact the building architectural character are to comply with the NHPA’s provisions.

DESIGN SCOPE OF WORK

The scope of professional services includes, but is not limited to: professional architectural, engineering, and related consulting services for the design through the development of concept design documents, design development documents, construction documents, specifications, cost estimates, value engineering services, computer-aided design and building information modeling services, and construction phase services. Additional services include pre-design investigations/probes and construction phasing plan development. The professional services shall be performed in an integrated manner where designers collaborate throughout the project delivery to provide a complete design with the consideration of the above aspects for the project. The project must conform to the latest edition of the Facility Standards for the Public Buildings Service (PBS-P100).

Under this Sources Sought announcement, the Government is seeking information on A/E firms that are experienced in architectural design and interested in this project. This information is intended to assist the Government with market research and acquisition strategy planning.

The overall estimated construction project for this project is between $45,000,000 to $60,000,000.

Project Delivery Method

The construction project will be performed under “Construction Manager as constructor” (CMc) methodology. This project will be executed using a Construction Manager as Constructor (CMc) process with a General Contractor involved through completion of the contract documents. After the selection of a highly qualified A/E firm, the Government will select a CMc to serve as the General Contractor providing pre-construction and construction services. The CMc will be retained throughout the design phase providing design phase consultations, evaluating costs, schedule, alternative design implications, building systems and constructability reviews.

The North American Industry Classification System Code for this acquisition is 541310. The Small Business size standard is an average annual sales and receipts for the past three years that are equal to or less than $11,000,000.

Submission Instructions:

Small businesses with a NAICS code of 541310 are invited to respond to the following questions and directions by email to ching.hung@gsa.gov no later than September 21, 2022 by close of business.

If you are an interested A/E firm, you are invited to submit a written Letter of Interest to include a Capability Statement addressing the following questions (5-page limit). All information submitted is subject to verification. Additional information may be requested to substantiate responses. The Government will use this information to assess the likelihood of your firm’s capability to perform this project.

  1. Provide your firm’s name, address, DUNS #, email address, and phone number, and main point of contact’s name.
  2. Provide your status as a small business, 8(a), woman-owned small business, service-disabled veteran-owned small business, and HUBZone small business.
  3. Provide a capability statement.
  4. Provide a short description of three similar projects performed in the past 5 years. Similar features include similar size, similar work (especially elevator work, high-end millwork, and work of direct high interest to judges) performed in a similar economically isolated area without a robust market of subcontractors, and a similar or distance or greater from your firm’s headquarters.  Include a name, phone number, and email address for a reference for each project.
  5. Provide subcontractors, if any, you have worked with the in the past and may intend to use for this project to include their names and addresses. Have any of these subcontractors worked in the Clarksburg, WV area?
  6. Has your firm worked in the Clarksburg, WV area?
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: C1AA – ARCHITECT AND ENGINEERING- CONSTRUCTION: OFFICE BUILDINGS
  • NAICS Code: 541310 – Architectural Services
  • Place of Performance: Clarksburg , WV USA

Full details via beta.sam.gov

RMA Architects Inc. awarded a $50M contract for architect-engineer services

RMA Architects Inc.,* Honolulu, Hawaii, is awarded a $50,000,000 indefinite-delivery/indefinite-quantity, architect-engineer contract for architect-engineer services for architectural projects at various locations under the cognizance of Naval Facilities Engineering Systems Command (NAVFAC) Pacific. The work to be performed provides for, but are not limited to, the execution and delivery of military construction project documentation, functional analysis concept development workshops/design charrettes; final design construction documents; technical surveys and reports including site engineering investigation, topographic survey, geotechnical investigation, hazardous material survey, munitions of explosive concern survey, cost and schedule risk analysis; construction cost estimates; comprehensive interior design,  including structural interior design and furniture, fixtures, and equipment; collateral equipment buy packages; and post construction award services (PCAS). PCAS consists of technical consultation during construction, including, but not limited to, review of construction submittals, response to requests for information, site visits, and other miscellaneous services. Work will be performed at various locations within the NAVFAC Pacific area of operations to include, but not limited to Guam/Marianas (70%), Hawaii (20%), and Australia (10%). The term of the contract is not to exceed 60 months with an expected completion date of August 2027. Fiscal 2020 military construction design funds in the amount of $10,000 (minimum contract guarantee) are obligated on this award, and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (planning and design) funds. This contract was competitively procured via the System for Award Management website with three proposals received. NAVFAC Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-22-D-0001).

Rma Architects, P.s.c. is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #GJZBL9DXLZH5. The business address is 501 Perseo St Altamira Center Building Ste 208, San Juan, PR 00920-, USA. The point of contact name is Jeannette R Rullan Marin. (www.opengovus.com

Sources Sought: USDA IDIQ for Architect and Engineering Services

IDIQ for Multi-Disciplinary Architect and Engineering Design Services for US Department of Agriculture (USDA) Office of Operations (OO) servicing the Washington, DC metropolitan areas, as well as locations nationwide.

The US Department of Agriculture requests information from vendors under NAICS 541310 Architectural Services. Vendors should have the capacity to complete large scale (over 1,000,000sf) Modernization/Renovation design for Historic Buildings using historic preservation principles. Vendors interested in submitting a proposal for this requirement should send a Statement of Qualifications. Submit information to the Contract Specialist, Frederick Freeman, at Frederick.Freeman@usda.gov, no later than (NLT) 12:00 PM EST on 11-Jul-22.

All costs associated with providing information in response to this market survey shall be the responsibility of the firm. Any information submitted is voluntary. The Contracting Officer will make an acquisition strategy decision based on the results of this market survey and a future solicitation may be issued as unrestricted without further consideration.

The Work consists of the following:
The Prime Architectural or Engineering (A/E) firm shall at time of award be registered/licensed in one of these states: Washington DC and/or Maryland. The Prim A/E firm should also have the capacity to operate outside the Washington Capital Region.  The owners and/or principals of the Prime A/E firm shall be licensed to practice architecture or engineering in Washington DC and Maryland.  Also, the major sub-consultants namely, mechanical, electrical, plumbing, roofing/waterproofing, structural shall be licensed to practice in Washington DC or Maryland.  Key personnel (defined as project manager(s), project leads of major disciplines such as Architect, Electrical, Mechanical, Plumbing, Fire Protection, Structural, Roofing/Waterproofing, Environmental, Vertical Transportation, Telecommunications, Security, etc.) shall be licensed or accredited to practice their profession in one or all of these states: Washington, DC and/or Maryland.  The contractor shall furnish the necessary personnel, material, equipment, services, and facilities (except noted) to perform the work described herein.

The services shall include, but are not limited to, surveys; testing; reports; management plans; concept studies; design criteria development; preparing bridging documents, all aspects of designs and drawings including interacting with GSA, CFA, NCPC and SHPO; specifications; cost estimates; shop drawing review and approval; construction monitoring; and inspection services as may be required under each task order.  Additionally, space and facility management planning services shall include facility analysis, interior design, signage and graphics, system furniture procurement/installation, and move/relocation coordination, and post occupancy tasks. 29

In addition to the services indicated above, the A/E’s services shall also include the following:

• Construction management services.

• Peer review services.

• Facilitate sustainable project certification by the Green Buildings Certification Institute (GBCI) using the Leadership in   Energy and Environmental Design (LEED) rating system.

• Site inspection and environmental, health and safety related services by certified industrial hygienists, professional safety engineers, and certified safety professionals.

• Development of Environmental, Health and Safety Management Plans including the abatement of hazardous materials such as asbestos and lead paint.

• Roofing and waterproofing, inspection, testing, and design.

• Accomplishing computer assisted designs and facility management using hardware and software compatible with Autodesk AutoCAD version 2018 or higher, Building Information Modeling (BIM) software such as Revit, space, and asset management software with in-house personnel and facilities.

• Creating and updating Facility Management databases including but not limited to inventories of equipment, hazardous waste/materials, and space.

• Developing existing design intent drawings into assignment drawings.  Incorporating graphics and statistical information, broken down by tenant organizational units.  Preparing take-offs and budgets.  Attending progress meetings during build-out phases and responding to any request for information (RFI).

• Preparing statements of work or bridging documents for design-build projects.

• Physical move coordination tasks may include but may not be limited to serving as an advisor or coordinator to the Client Agency move committee to determine all physical move requirements (budget development, project facilitation, master relocation plans, schedule management services, relocation occupancy, position database, and move supervision).

• Project management using Microsoft Project or Primavera Project or equivalent.

• Landscape design focusing on sustainable principles and integrating perimeter security.

• Security systems such as access controls and blast resistant design.

• Telecommunication systems design and integration.

• Audio visual system design.

• Vertical transportation design.

• Building commissioning services.

• Knowledge of lighting systems and controls to yield functional, energy conscious and esthetic goals.

• Cafeteria and kitchen design.

• Knowledge of acoustical principles and design.

The US Department of Agriculture anticipates awarding a Firm Fixed-Price Multiple award IDIQ for a base year and four ordering periods that may be exercised at the digression of the government.
Paper copies of this announcement will not be provided. Any future solicitation information, if released, may be obtained through SAM.gov. Any questions relating to this announcement must be submitted in writing, via email ONLY, to the Contract Specialist, Frederick Freeman, at Frederick.Freeman@usda.gov. Include the reference (12314422R0026) in the subject line.

DISCLAIMER: This is NOT a solicitation announcement. This is a sources sought announcement only. Responses to this announcement shall not constitute responses to a solicitation. Responses to this announcement are not considered offers and cannot be accepted by the Government to form a binding contract. This announcement does not guarantee a commitment by the Government, nor will the Government pay for the information submitted in response. Respondents will not be notified of the results of any Government assessments. The information received will be utilized to assist in formulating a strategy for competitive procurements. Electing not to submit a capability statement does not preclude a company from submitting an offer under any resulting solicitation, if a solicitation is issued, nor will it impact the evaluation of an offeror that did not submit a capability statement. Any subsequent solicitation, if issued, will be subject to availability of funds.

Interested firms must submit the following information:
1. Name of Firm
2. Firm Primary Address
3. Point of Contact Name, Phone Number and email address.
4. SAM.gov Unique Entity ID
5. Capability statement- A brief summary of capabilities.
6. Size status/SBA certifications (size standard for NAICS 541310, Architectural Services)

  • Original Set Aside: 
  • Product Service Code: 
  • NAICS Code: 541310 – Architectural Services
  • Place of Performance: 

Full details via beta.sam.gov

SOURCES SOUGHT: C1DA–Sub Basement Utilities Design

The basement and subbasement utilities are in desperate need of inspection and replacement. This project would address the main culprits of the deficient utilities, specifically the steam generation and condensate return systems. The work will include replacing steam traps, steam lines, condensate lines, strainers, valves, pressure-reducing valves, and pump stations. The underground steam supply and condensate return will also be replaced during this effort. There should be redundancy of underground utilities to preclude unnecessary trenching to maintain these lines. There will be some remaining asbestos insulation scattered in minimally accessible areas where the steam, water, and electrical piping is located that will need to be abated as it is found. The majority of the work for this project would occur in the basement and subbasement of building 1 and 15. The project is slated for construction in 2022. There will be two items that will be priced as deducting alternates: These items are as follows. Feasibility study of switching from steam heat in hospital (bldg. 1 and 15) to hot water heating via steam to hot water heat exchangers. Feasibility study and conceptual design of medical center water treatment system SCOPE: The scope of this project consists of Architectural and Engineer (A/E) services required to complete the project. The period of performance for the design is 270 calendar days and shall begin upon issuance of the Notice to Proceed (NTP) by the Contracting Officer. The construction budget is $6,500,000.

  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C1DA – ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES
  • NAICS Code: 541310 – Architectural Services
  • Place of Performance: VAMC Manchester 718 Smyth Rd Manchester, NH 03104 USA
  • Original Response Date: Jul 01, 2021, 04:00 pm EDT
  • Full details via beta.sam.gov

    Check out our RESOURCES page for a sample letter that we use in response to government market research.

Sources Sought Notice for Architect – Engineering Services For Stratton VA Medical Center

Sources Sought Notice for Architect – Engineering services Replace OR Chillers, Project # 528A8-19-804.

This is a Sources Sought Notice for Architect-Engineering services to be performed at the Stratton VA Medical Center, 113 Holland Ave, Albany, NY 12208. The magnitude of construction for the above-referenced project is between $ 500,000.00 and $1,000,000.00. The project includes design and construction period services for replacing the air cooled chillers currently used to serve critical AHUs at the Albany VAMC including OR, PACU, ICU, and Cath Lab. The goal of the project is to improve the reliability of this backup chilled water system. The equipment to be replaced includes: two (2) 165 ton split chillers with air-cooled condensers. The related refrigerant piping, chilled water pumps and piping, and controls will be modified as necessary to provide a reliable and efficient system.

  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C1DA – ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES
  • NAICS Code: 541330 – Engineering Services
  • Place of Performance: Department of Veterans Affairs Stratton VA Medical Center , 12208 USA

Full details via beta.sam.gov


GovCon Giants Check out our RESOURCES page for a sample letter that we use in response to government market research.