Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2002 FBO #0202
MODIFICATION

C -- C  HYDROGRAPHIC SURVEY AND QUALITY ASSURANCE FOR PORT OF LOS ANGELES CHANNEL DEEPENING, DEEP DRAFT NAVIGATION IMPROVEMENTS, LOS ANGELES, CA

Notice Date
6/20/2002
 
Notice Type
Modification
 
Contracting Office
US Army Corps Of Engineers, Los Angeles - Civil Works, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
DACW09-02-R-0012
 
Response Due
7/22/2002
 
Archive Date
8/21/2002
 
Point of Contact
Cindy Mrytetus, (213)452-3247
 
E-Mail Address
Email your questions to US Army Corps Of Engineers, Los Angeles - Civil Works
(Cynthia.H.Myrtetus@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA C  HYDROGRAPHIC SURVEY AND QUALITY ASSURANCE FOR PORT OF LOS ANGELES CHANNEL DEEPENING, DEEP DRAFT NAVIGATION IMPROVEMENTS, LOS ANGELES, CA SOL DACW0902-R-0012. POC West Region Branch, Daniel Carrasco, (213) 4523230, Alterna te, Cindy Myrtetus, (213) 452-3247; Technical Information, Harvey Beverly, (626)4014056. THIS IS AN UNRESTRICTED SOLICITATION. 1. CONTRACT INFORMATION: ArchitectEngineer Services (Brooks AE Act, PL 92582) are required for hydrographic and topographic surveying, aerial photogrammetry, digital terrain modeling, dredge and fill volume computation and quality assurance of construction of the Port of Los Angeles Channel Deepening dredging and landfill project in San Pedro Bay, California. This announcement is open to all businesses regardless of size. A firmfixed price contract will be negotiated, with an option to extend the duration and number of surveys to be performed. The contract is anticipated to be awarded in October 2002 with a duration through March 2005. If a large business is selected for this contract, it must comply with FAR 52.2199 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcon tracting goals for this contract are a minimum of 62% of the contractor's intended subcontract amount will be placed with small businesses (SB), including small disadvantaged businesses (SDB), 10%, and womanowned businesses (WOB) 5.0%, HUBZone 2.5% , and Veteran Owned Small Business 3.0%. The plan is not required with this submittal. This work is subject to the Continuing Contract Clause. 2. PROJECT INFORMATION: This project consists of approximately 8 million cubic yards (including 650,000 CY of contamination) of dredging with disposal at four in-harbor disposal areas. Disposal areas require rock dikes. Approximately 2 million cubic yards of excavation from Pier 400 will be included in the disposal areas. Project work includes pipeline removal, de molition of remnant piers, installation of wick drains and geotechnical instruments. Construction is anticipated to take 30 months. AE services required in support of Quality Assurance during construction includes hydrographic surveying in protec ted and exposed coastal waters to depths of approximately 70 feet (in water depths greater than 12 feet, muti-beam full coverage will be required to be performed in order to complement the single beam cross section surveys), underwater hazard detection, dr edging measurement and fill placement progress monitoring, terrestrial surveying, aerial photography and photogrammetry to document fill progress, data management and processing, and CADD/GIS analysis. Work will require differential Global Positioning Sys tem (GPS) and conventional survey techniques. The work is being performed in inch-pound units (U.S. Survey feet) referenced to the California State Plane Coordinate System (NAD83). Drawings and progress reports must be submitted in hard copy report forma t and MicroStation design file compatible format (DGN) in a timely manner and in bimonthly summary reports. The estimated construction cost of this project is over $100,000,000. 3. SELECTION INFORMATION: See Numbered Note 24 for the gener al selection process. The selection criteria are listed below in descending order of importance. Criteria a. through e. are primary. Criteria f. through h. are secondary and will only be used as tiebreakers among technically equal firms: a. Specia lized Experience and Technical Competence:(1) Hydrographic surveying and data processing expertise in the coastal and ocean environment, dredging measurement, sounding and topography of rock dikes and revetments, using kinematic differential GPS, (2) Knowl edge of complex dredging and land reclamation projects, dredge equipment production, methods and scheduling, (3) Own or lease an automated hydrographic survey v essel with a maximum draft of 0.8 m capable of operating in U.S. inland and exposed coastal waters. The vessel must be equipped with full motion compensation; multibeam, shallow water acoustic imagery from a single transducer source; single beam, single transducer acoustic depth sounder; and side scan sonar imaging for underwater object detection. Own or lease static/ kinematic GPS equipment capable of centimeter measurement accuracy, electronic total station with data collector, and CADD/GIS data processing equipment, (4) Ability to perform terrestrial surveys (i.e. conventional topo of rock dike sections and photogrammetric topo of landfill) and integrate above water topography with hydrographic survey data processing to map and monitor dredge and fill progress and quality compliance of rock dike sections in a timely manner. (5)Ability to deliver CADD and digital terrain model files compatible with MicroStation (DGN) and SelectCadd/Inroads (DTM) formats, version J 7.01. b. Professional Qualificati ons. Qualified professional personnel in the following key disciplines: (1) registered civil engineers/land surveyors/hydrographers with dredging experience, (2) Survey and engineering technicians, (3) boat operators. Supporting disciplines will include a erial photogrammatrist. The evaluation will consider relevant experience, education, training, registration, overall experience and longevity with the firm. c. Capacity to accomplish the work in the required time. The evaluation will consider the experi ence of the firm and any consultants in projects of similar complexity, and the availability of an adequate number of personnel in key disciplines d. Past performance on DOD contracts and other contracts with respect to cost control, quality of work, and c ompliance with performance schedules. e. Knowledge of the locality such as geological features, climatic conditions, local material resources, and local construction methods. f. Geographic proximity (physical location) of the firm to the location of the pr oject(s). g. Extent of the participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. h. Volume of DOD contract awards in the last 12 mo nths as described in Numbered Note 24. Receipt of each firm?s response shall be acknowledged in writing or electronically. All firms shall be notified in writing or electronically of their selection status within 10 days after approval of the selection. T he contract award shall be announced on the Federal Business Opportunities web page at www.fedbizopps.gov. Consistent with the Department of Defense policy of effecting an equitable distribution of contracts among qualified ArchitectEngineer firms including small, disadvantaged owned firms and firms that have not had prior DOD contracts, qualified small disadvantaged firm will receive consideration during selection and all other selection evaluation criteria being equal, also participation in a join t venture may become a determining factor for selection. Therefore, all offerors' submittals should specifically identify in the appropriate portions of the SF 255 all proposed small disadvantaged firm participation in the proposed activity to be accomplis hed by the contractor. The Los Angeles District and Minority Business Development Agency are working with local Business Development Centers (BDC's) to provide assistance to Small Disadvantaged Business Concerns to participate in Government contracts. 4. S UBMISSION REQUIREMENTS: Interested AE firms having the capabilities for this work are invited to respond by submitting one (1) completed Standard Form (SF) 254 and 255, revised editions dated November 1992, ArchitectEngineer and Related Ser vices Questionnaires for the prime and one (1) SF 254 for each subcontractor/consultant, to the address above. The street address is 911 Wilshire Blvd., Suite 1 040, Los Angeles, CA 90017. Lengthy cover letters and generic corporation brochures, or other presentations (such as binding of SF 254 and 255) beyond those to sufficiently present a complete and effective response are not desired. Phone calls and persona l visits are discouraged. Response to this notice must be received within 30 calendar days from the date of issuance of this synopsis. If the 30th day is a weekend day or a Federal Holiday, the deadline is the close of business of the next business day. In clude ACASS number of the office that will perform the work in Block 3b. Call the ACASS Center at 5033263459 to obtain a number. No other general notification will be made of this work. Solicitation packages are not provided for AE contracts. Due to new security procedures, hand carried submittals must be coordinated with the contract specialist, name and phone number above.
 
Place of Performance
Address: US Army Corps Of Engineers, Los Angeles - Civil Works P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
Country: US
 
Record
SN00096986-W 20020622/020620213949 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.