due today

Market Research- Planning Services SATOC

From: Federal Government(Federal)
W912DS24S0041

Basic Details

started - 16 Apr, 2024 (14 days ago)

Start Date

16 Apr, 2024 (14 days ago)
due - 01 May, 2024 (Today)

Due Date

01 May, 2024 (Today)
Bid Notification

Type

Bid Notification
W912DS24S0041

Identifier

W912DS24S0041
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710103)DEPT OF THE ARMY (133266)USACE (38182)NAD (5850)W2SD ENDIST NEW YORK (593)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE IS NO BID PACKAGE, SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE WITH THIS ANNOUNCEMENT. IT DOES NOT CONSTITUTE A PROCUREMENT COMMITMENT BY THE U.S. ARMY CORPS OF ENGINEERS, IMPLIED OR OTHERWISE. NO CONTRACT WILL BE AWARDED FROM THIS NOTICE. RESPONSE IS STRICTLY VOLUNTARY; NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS. THE GOVERNMENT SHALL NOT BE LIABLE FOR OR SUFFER ANY CONSEQUENTIAL DAMAGES FOR ANY IMPROPERLY IDENTIFIED INFORMATION. THIS NOTICE IS FOR INFORMATION PURPOSES ONLY ANDIS NOT A REQUEST TO BE PLACED ON A SOLICITATION MAILING LIST NOR IS IT A RFP OR AN ANNOUNCEMENT OF A SOLICITATION. LARGE AND SMALL BUSINESSES ARE ENCOURAGED TO PARTICIPATE IN THIS SURVEY. The U.S. Army Corps of Engineers (USACE), New York District (hereinafter USACE New York District), seeks to
determine the availability and adequacy of potential sources to support the acquisition of the requirements stipulated below. USACE New York District anticipates satisfying these requirements by potentially utilizing a variety of the following sources: 8(a), Service-Disabled Veteran-Owned Small Business Set-Aside, HUBZone Set-Aside, small business, and unrestricted business. Should acquisition of these requirements follow the market research effort, it will be conducted in compliance with the Brooks Act. The applicable NAICS Code for this procurement is 541330 and the size standard is $16.5M.The USACE New York District is seeking sources to perform Architect-Engineer (A-E) Services for various planning requirements to support USACE and its customers primarily located within the assigned mission areas of the North Atlantic Division (NAD), within incidental utilization CONUS and in Alaska, Hawaii, and Puerto Rico in support of NAD and other USACE Regions. For the purposes of planning this procurement, the Government is seeking responses from sources/vendors/companies that are capable of providing A-E Planning Services as described herein.The work may encompass a wide range of non-project or study specific A-E services. At a minimum, study components will consist of reconnaissance reports, feasibility reports and/or revaluation reports, including but not limited to all technical support tasks. Solutions for projects may include, but will not be limited to plan specifications, monitoring surveys, etc., in support of engineering design, including plans and specifications.The scope of the A-E Planning Services capabilities desired may include, but are not limited to flood risk management, coastal storm damage reduction, navigation, and ecosystem restoration. Implied services include, but not limited to surveying, interpretation and integration of typographic/bathymetric surveys, biological and cultural resources surveys, GIS data, hydraulic/hydrologic engineering, hydrodynamic modeling, geotechnical engineering, public affairs, cost inventory, cost estimating, and incremental cost risk analyses into feasibility reports and related National Environmental Policy Act (NEP) documents.Interested sources should submit a Statement of Capability (SOC) demonstrating their experience in these areas to Ms. Denisse Soto at denisse.m.soto@usace.army.mil. The SOC should conform to the following:On the first page of the SOC, indicate business size in relation to the NAICS code 541330. Provide your company’s System for Award Management (SAM) Cage Code and Unique Entity ID to verify your business status as a qualified Small Business (SB), Service-Disabled Veteran-Owned SB (SDVOSB), Historically Underutilized Business Zones (HUBZone), Qualified Section 8(a), or Woman-Owned Small Business (WOSB). Contractors must be registered in SAM at time of bid/proposal due date. Please see: https://www.sam.gov/portal/SAM for additional registration information.The SOC should include your interest, capabilities (experience, personnel, facility, schedule slots and ability) to meet all requirements stated in this announcement. This SOC should include documentation of past specialized experience and technical competence in similar work, including up to three (3) past projects for which your firm was a prime contractor.The SOC shall not exceed five (5) pages (11-point font minimum) in one (1) .pdf file. Email responses are required. Tables, charts, graphs, etc., will not count toward the 5-page count total (smaller font is allowed for these items, but the text must be legible).SUBCONTRACTING CONSIDERATIONS FOR OTHER-THAN-SMALL BUSINESSES (ONLY):To foster inclusive opportunities and ensure broad participation of small businesses in federal contracting, we are seeking information from Other Than Small Business (OTSB) vendors on their subcontracting practices and goals. This inquiry is designed to assess the feasibility and extent of subcontracting possibilities in alignment with federal guidelines and to support the economic growth of small businesses through meaningful subcontracting opportunities.In your response, please address the following considerations by providing estimated subcontracting percentages for each of the socioeconomic categories (small business, small disadvantaged business, women-owned small business, HUBZone small business, veteran-owned small business, and service-disabled veteran-owned small business):Business Practices: Describe whether your firm customarily contracts for part of the work to be performed or maintains in-house capability sufficient to perform the work. Provide examples or explain your approach.Prequalification Requirements: Identify if there are likely to be product or service prequalification requirements and how you intend to manage these in relation to subcontracting opportunities.Feasibility of Subcontracting: Discuss the feasibility of acquiring any portion of the work through subcontracting, considering the time until contract completion and the impact on performance. Address how subcontracting decisions will be made to ensure fair market value and minimal disruption.Subcontracting Goals: Please provide estimated percentage goals for subcontracting to each of the following socioeconomic categories:Small Business (SB)Small Disadvantaged Business (SDB)Women-Owned Small Business (WOSB)HUBZone Small BusinessVeteran-Owned Small Business (VOSB)Service-Disabled Veteran-Owned Small Business (SDVOSB)Your response should reflect a commitment to supporting small business participation in federal contracting, backed by realistic and achievable subcontracting goals. We are looking for vendors who demonstrate a clear understanding of the importance of small business subcontracting and have strategies in place to achieve these goals effectively.All data received in response to this Sources Sought notice marked or designated as corporate or proprietary will be fully protected from release outside the Government.No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding technical point of contact will not be given and no appointment for presentations will be made.

Location

Place Of Performance : N/A

Country : United StatesState : New YorkCity : New York

Office Address : KO CONTRACTING DIVISION 26 FEDERAL PLAZA ROOM 16 300 NEW YORK , NY 10278-0004 USA

Country : United StatesState : New YorkCity : New York

You may also like

Horizon 2033 Airport Planning Services

Due: 16 May, 2024 (in 15 days)Agency: Ottawa International Airport Authority

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 541330Engineering Services