Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 01, 2025 SAM #8710
SOURCES SOUGHT

C -- Indefinite Delivery Contract for Engineering, Design and Associated Engineering Support Services for the Vicksburg District at Various Worldwide Installations

Notice Date
9/29/2025 11:31:01 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W07V ENDIST VICKSBURG VICKSBURG MS 39183-3435 USA
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE25O0003
 
Response Due
10/14/2025 12:00:00 PM
 
Archive Date
10/29/2025
 
Point of Contact
Lawren Boolos, Phone: 6016315211, Robert Ellis Screws, Phone: 6016317527
 
E-Mail Address
lawren.boolos@usace.army.mil, Ellis.Screws@usace.army.mil
(lawren.boolos@usace.army.mil, Ellis.Screws@usace.army.mil)
 
Description
W912EE - In accordance with Federal Acquisition Regulation (FAR) 52.215-3, �Request for Information or Solicitation for Planning Purposes�. This is a SOURCES SOUGHT REQUEST, announcement to be used for preliminary market research purposes only. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this sources-sought notice or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of 8(a), HUBZone, Service-Disabled Veteran-Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), and Economically Disadvantaged Women Owned Small Business (EDWOSB) to compete and perform service under a contract. The type of solicitation and contract issued may depend upon the responses to this source sought notice. The vendor must be capable of furnishing all labor, supervision, tools, materials; equipment and transportation to perform Engineering, Design and Associated Engineering Support Services for the Vicksburg District at various worldwide installations. The work under this contract shall consist of professional services for miscellaneous inspection, analysis, load rating, and design of highway, railroad and pedestrian bridges for military and civilian loads as well as inspection, analysis, load rating, and design of waterfront facilities/structures such as piers, cargo areas, wharfs, bulkheads, landships, docks, mooring dolphins, etc, for military and civilian loads. Work may be comprised of civil, structural, hydraulic, hydrologic, geotechnical, environmental, electrical, mechanical, surveying, mapping, CADD, and architectural design. Work may include, but is not limited to studies, preparation of sketches, conceptual drawings, related drafting, cost estimates, specifications, contract drawings, and design analysis. Studies, designs, and drawings shall be in English and/or metric units as directed by each task order or the contracting officer. Subcontracting guidelines referenced in FAR 19.505(b)(1)(i) shall be followed. Firms must demonstrate their ability to perform at least 50% of the work pursuant to FAR 19.505(b)(1)(i), on multiple projects involving the required disciplines referenced in the PROJECT INFORMATION paragraph, with experience in the items listed below. The requirement being considered will be an Indefinite Delivery Type (IDT) Contract as outlined in FAR Part 36 Construction and Architect-Engineer Contracts. The North American Industrial Classification System (NAICS) Code applicable to this requirement is 541330, Engineering Services with a small business size standard of $25.5 million. Interested companies responding to this sources-sought should include the following information: 1. Company name, address, phone number, email, Unique Entity Identification (UEI) Number, CAGE Code, point of contact (POC) name, as well as business category (small businesses or other than small to include subsets). 2. Information describing the company�s capability to perform the work described. Provide specific capabilities on relevant work of the same or similar in size and complexity. Include contract numbers, contract descriptions, dollar value, and a customer point of contact, telephone number and email address. Identify whether your firm was a prime vendor or subcontractor. Specialized Experience should be demonstrated in the following areas: (1) Firm must demonstrate worldwide bridge inspection experience in compliance with the CFR Title 23 Part 650, AR 420-1 and ER 1110-2-111; this shall include underwater bridge inspection requirements; (2) Firm must demonstrate worldwide waterfront facilities inspection experience in compliance with the following: 1. UFC 4-150-07: O&M � Maintenance of Waterfront Facilities, June 2001 2. UFC 4-150-08: O&M � Inspection of Mooring Hardware, April 2001 3. UFC 4-150-06: O&M � Military Harbors and Coastal Facilities (3) Firm must demonstrate capability and experience in bridge analysis including: current load rating requirements (AASHTO�s Manual for Bridge Evaluation), and scour analysis (level I and level II); determining the Military Load Classification using foreign country design vehicles as well as using innovative state of the art analytical modeling, load testing and other experimental techniques; (4) Firm must demonstrate capability and experience in analysis of waterfront facility structural elements; (5) Firm must demonstrate capability and experience in design and specifications of bridge and waterfront facilities and miscellaneous bridge and waterfront facility repair, upgrade, and operation and maintenance projects; (6) Firm must demonstrate an established team including a qualified bridge inspection team leader and technicians, as well as a qualified waterfront facility inspection team leader and technicians; because of the requirement to be admitted onto U.S. military installations worldwide, the contractor must be eligible to obtain a security clearance, and therefore, must be a U.S. citizen; (7) Firm must demonstrate experience in use of CADD systems. Drawings and plates shall be prepared as required to present project details and/or study results. All drawings shall be furnished in a specified design file compatible format. Professional qualifications should include: (1) Firm must employ qualified registered professional personnel in the following key disciplines: civil engineering, structural engineering, geotechnical engineering, hydraulic engineering, electrical engineering, mechanical engineering, and architecture. (2) Firm must indicate professional registration and work experience of key personnel. Firm must emphasize professional registration, advanced degrees, and specific work experience of key personnel. (3) The selected firm should also indicate adequate management personnel with required qualifications and experience to assure prompt response to assignments. 3. Provide company business size based on NAICS code 541330. Also, provide business type ((i.e., Small Business or Other than Small) and all applicable socio-economic category information (Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, Hub Zone Small Business, etc.)). 4. Provide a Statement of Interest in the project. 5. A narrative statement demonstrating your firm's capability and experience in providing Engineering, Design and Associated Engineering Support services of a similar nature as described above. Your response should include the following information: details of similar contracts/projects (within the past 5 years) to include contract number, dates of service, project references (including owner with phone number and email address), size and scope of contract/project. Interested contractors shall submit their response by e-mail only. The response must be submitted as a single application-generated (not scanned) PDF document that is less than or equal to 4MB in size. Please note that hard copies will not be accepted. Responses to this notice are due NO LATER THAN 2:00 p.m. CDT, October 14, 2025 via email to the primary point of contact listed Lawren Boolos at Lawren.Boolos@usace.army.mil. Also copy furnish R. Ellis Screws at Ellis.Screws@usace.army.mil. Interested parties should register on-line and subscribe to receiving procurement announcements related to this sources-sought notice at www.sam.gov. Any questions related to this notice shall be submitted in writing by E-mail to the point of contact listed. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Any future solicitation, including specifications and/or drawings, will be made available on the SAM.gov website (https://www.sam.gov/). Interested parties are solely responsible for monitoring the aforementioned website for the release of a solicitation package and/or any updates/amendments.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7e9923723f1e4d308cfc02be96778704/view)
 
Place of Performance
Address: Vicksburg, MS 39183, USA
Zip Code: 39183
Country: USA
 
Record
SN07607826-F 20251001/250929230045 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.