PAVER/PCASE Design and Evaluation Services Indefinite Delivery Contracts (IDCs)
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159811739346584 |
Posted Date: | Dec 13, 2022 |
Due Date: | Jan 12, 2023 |
Solicitation No: | W9128F-23-R-0024 |
Source: | https://sam.gov/opp/76c576c235... |
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.
- Contract Opportunity Type: Sources Sought (Original)
- All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
- Original Published Date: Dec 12, 2022 04:37 pm MST
- Original Response Date: Jan 12, 2023 01:00 pm MST
- Inactive Policy: 15 days after response date
- Original Inactive Date:
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: C219 - ARCHITECT AND ENGINEERING- GENERAL: OTHER
-
NAICS Code:
- 541330 - Engineering Services
-
Place of Performance:
Omaha , NE 68102USA
W9128F-23-R-0024
PAVER/PCASE Design and Evaluation Services
Indefinite Delivery Contracts (IDCs)
Throughout The United States
Purpose: This Sources Sought Notice from the USACE-Omaha District intends to determine the extent of capable firms that are engaged in providing the services described hereunder. The responses to this Notice will be used for planning purposes of an upcoming procurement. Therefore, this Notice does not constitute a Request for Proposal (RFP), Quotation, or Bid and it does not guarantee the future issue of a RFP nor does it commit the government to contract for any supplies or services.
Additionally, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice. All costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested and respondents shall refrain from providing proprietary information in response to this Sources Sought Notice.
Intent: USACE Omaha District has a need for replacement of Indefinite Delivery Contracts (IDCs) to provide professional A-E Services under North American Industrial Classification System Code 541330, Engineering Services; Product Service Code C219, A-E - General: Other. Existing IDCs are for PAVER/PCASE [PCASE = Pavement-Transportation Computer Assisted Structural Engineering] Pavement Management Implementation at locations throughout the Continental United States (CONUS), Alaska and Hawaii, in place to support the USACE’s Transportation Systems Mandatory Center of Expertise (TSMCX), which operates from USACE Omaha District. The Transportation Center has been verified as a USACE Mandatory Center of Expertise, per listing on USACE’s Technical Excellence Network at http://www.nwd.usace.army.mil/About/Centers-of-Expertise/.
Requirement: The replacement contracts will have the same scope and geographic coverage as the incumbent contracts. Work includes: review of as-built drawings and records, interviews with on-site personnel as required, creation and manipulation of CADD files and Geographic Information System (GIS) shape files, pavement inspection surveys, entry of data into the PAVER database, generation of Pavement Condition Indices and pavement maintenance and rehabilitation (M&R) work planning using PAVER software, preparing Pavement Management System (PMS) Implementation Summary Reports, testing, updating and maintenance of the PAVER/PCASE software, and non-destructive testing of pavements.
The following "PAVER/PCASE Pavement Management System Implementation CONUS, Alaska and Hawaii" IDC’s for this scope/requirement are nearing expiration, and require replacement:
W9128F19D0024
W9128F19D0025
W9128F19D0026
W9128F19D0027
There is a $20M capacity and an ordering period not to exceed five years (a one-year base period, plus four one-year option periods). The new IDC will have a contract capacity that is anticipated to be approximately $25M for all new IDCs awarded with a five-year ordering period. The exact number of IDCs to be awarded is undetermined at this time. The estimated average task order is expected to be approximately $500,000.
Please complete the form below and return to Phillip.L.Wickham@usacec.army.mil or Jessica.L.Merrill2@usace.army.mil by 13 January 2023
________________________________________________________________________________________________________
Company Information
Firm Name Address
Cage Code Web Site URL
DUNS #
Point of Contact E-mail
Phone #
Currently registered in System of Award Management (SAM)?
Provide your company's North American Industry Classification System (NAICS) code(s):
State whether your firm is classified by the Small Business Administration as any of the following:
Small Business
Small Disadvantaged Business
Service-Disabled Veteran-Owned Small Business (SDVOSB) Section 8(a)
Women Owned Small Business (WOSB) HUB Zone
General Questions
Interested in performing as a Prime Contractor under the proposed IDC.
Likely team with another company to perform work under the proposed IDC.
Likely to pursue a joint-venture relationship or some other formal teaming arrangement?
Approximately how many employees does your company have?
Assuming projects are not co-located, how many projects could your company simultaneously execute?
What is the approximate dollar value range of individual contracts typically awarded to your company?
Experience
Briefly describe your company's experience. Provided information should include the following and should be limited to 10 pages. It is not necessary for the work to have included all the requirements.
-
Provide three (3) 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 described above.
- 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.
-
Demonstrate professional personnel qualifications sufficient to meet the scope of the requirements via a list or table of registered professionals in the following key disciplines (firm of employment for all personnel identified shall also be noted):
- Project Manager
- Engineers
- Technicians
- Geotechnical (Paving) Engineer
- Structural Bridge Engineers
- Demonstrate/discuss capability and capacity to perform throughout hte United States. Demonstrate capability and capacity to perform services on multiple task 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 sub consultants/subcontractors. Include in this section any Teaming Arrangement, Joint Venture or Mentor-Protégé information, if/as applicable.
- KO CONTRACTING OFFICE 1616 CAPITOL AVENUE
- OMAHA , NE 68102-4901
- USA
- Phillip Wickham
- Phillip.L.Wickham@usace.army.mil
- Phone Number 402-995-3709
- Fax Number N/A
- Jessica Merrill
- Jessica.l.merrill2@usace.army.mil
- Phone Number 402-996-3718
- Fax Number N/A
- Dec 12, 2022 04:37 pm MSTSources 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.