Search Contract Opportunities

PAVER/PCASE Design and Evaluation Services Indefinite Delivery Contracts (IDCs)   4

ID: W9128F-23-R-0024 • Type: Sources Sought

Description

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.

  1. 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.
    1. 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.
  2. 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):
    1. Project Manager
    2. Engineers
    3. Technicians
    4. Geotechnical (Paving) Engineer
    5. Structural Bridge Engineers
  3. 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-Prot g information, if/as applicable.

Overview

Response Deadline
Jan. 12, 2023, 3:00 p.m. EST Past Due
Posted
Dec. 12, 2022, 6:37 p.m. EST
Set Aside
Small Business (SBA)
Place of Performance
Omaha, NE 68102 USA
Source
SAM

Current SBA Size Standard
$25.5 Million
Pricing
Likely Fixed Price
Odds of Award
19%
Signs of Shaping
83% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 12/12/22 USACE Omaha District issued Sources Sought W9128F-23-R-0024 for PAVER/PCASE Design and Evaluation Services Indefinite Delivery Contracts (IDCs) due 1/12/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 541330 (SBA Size Standard $25.5 Million) and PSC C219.
Primary Contact
Name
Phillip Wickham   Profile
Phone
(402) 995-3709
Fax
N/A

Secondary Contact

Name
Jessica Merrill   Profile
Phone
(402) 996-3718
Fax
N/A

Documents

Posted documents for Sources Sought W9128F-23-R-0024

Question & Answer

Opportunity Lifecycle

Procurement notices related to Sources Sought W9128F-23-R-0024

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W9128F-23-R-0024

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W9128F-23-R-0024

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NWD > W071 ENDIST OMAHA
FPDS Organization Code
2100-W9128F
Source Organization Code
100255233
Last Updated
Jan. 27, 2023
Last Updated By
phillip.wickham@usace.army.mil
Archive Date
Jan. 28, 2023