Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2003 FBO #0427
SOLICITATION NOTICE

C -- Indefinite Delivery Contract for Civil Works Projects at Various Project Laterals of the Harbor South Bay Water Recycling Project in the Los Angeles District of the US Army Corps of Engineers, California

Notice Date
1/31/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps Of Engineers, Los Angeles - Military Works, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
DACA09-03-R-0003
 
Archive Date
5/4/2003
 
Point of Contact
Julie Ayala, (213)452-3241
 
E-Mail Address
Email your questions to US Army Corps Of Engineers, Los Angeles - Military Works
(jayala@spl.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA CONTRACT INFORMATION: Architect-Engineer Services (Brooks A-E Act, PL 92-582) for one INDEFINITE DELIVERY CONTRACT FOR CIVIL WORKS PROJECTS AT VARIOUS PROJECT LATERALS OF THE HARBOR SOUTH BAY WATER RECYCLING PROJECT IN THE LOS ANGELES DISTRICT OF THE U .S. ARMY CORPS OF ENGINEERS. (BLOCK 1 of SF 255). The North American Industry Classification System (NAICS) Code for this procurement is 541330, which has a size standard of $4 million in average annual receipts for the previous 3 years. This solicitatio n is 100% set aside for small business. The contract will not exceed $5,000,000.00. Yearly cumulative amount of individual task orders not to exceed $1,000,000.00. The contract will include a base period with options for extension for four periods, wi th the additional amount for each option period not to exceed $1,000,000.00. If the contract amount for the base period or preceding option periods has been exhausted or nearly exhausted the Government may exercise the next option period before the expira tion of the base period or preceding option periods. The estimated contract start date is April 2003 for a period of 12 months (through April 2004). Work is subject to availability of funds. Contractor must be registered in the Central Contractor Regi stration (CCR) data prior to award of contract. Lack of registration in the CCR database will make offeror ineligible for award. To register online, visit the CRR homepage at: http://ccr.gov/. 2. PROJECT INFORMATION: Contractor will perform pre-design and design for several recycled-water pipeline projects (Project Laterals) along with associated distribution facilities and appurtenances including, but not limited to booster pump station, stor age reservoirs, pressure reducing stations, service laterals. The project may include up to 12 Project Laterals. Project Laterals will be designed independently on a task order basis. However, laterals may be designed in groups or grouped together as ap propriate. Contractor will need to demonstrate the ability to design a minimum of four Project Laterals concurrently over a six month period, which will include a total pipeline length of 144,000 feet and a 4,000 gallon per minute (gpm) booster pump stati on and pressure reducing station. Preliminary and final design services shall include the following: The Preliminary Design Report, which is to include alignment analysis, preliminary booster pump station siting investigation, hydraulic analysis, pipeline material analysis, corrosion protection system evaluation, schedule development and cost estimate preparation; and the Final Design, which shall include all services necessary to develop 100% design final plans (with profile) and specification documents f or appropriate project construction of pipelines, booster pump station, pressure reducing stations, cathodic protection, and appurtenant facilities. Services shall include comprehensive geotechnical investigation, utility investigations, potholing, agency coordination, construction permit and easement acquisition, legal descriptions, traffic control plans, engineering support during contract bidding and engineering during construction services. 3. SELECTION CRITERIA: 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 ?tie-breakers?, if necessary, in ranking the most hi ghly qualified firms. An * marks the secondary factors. a. Extent of Experience and Technical Competence in designing similar pipeline projects and distribution facilities of comparable complexity. ? A statement demonstrating understanding of the Project. Include identification of typical key issues and obstacles found in similar projects. Describe applied methodology to overcome those obstacles. ? Previous experience of the firm / team in performing work similar to that proposed. Include your specific role on the project(s), the construction contract value and the term of your engagement on the project(s). Project team must show previous experience working together on similar projects. Completion of a minimum of three similar projects over the last two yea rs must be demonstrated. ? A list of proposed sub-consultants and their role in the design effort. ? Names, telephone numbers and addresses of a minimum of three (3) existing or former clients on similar projects, who may be contacted as references. ? Project approach and understanding. ? Quality of previous work performed. ? Ability to manage community-sensitive schedule-driven projects. b. Professional Qualifications of management and technical personnel in the following key disciplines: civil/structural engineer, mechanical engineer, electrical engineer, project engineer, hydraulic engineer, project manager, and in the secondary discip lines of architect, environmental engineer, safety engineer, surveyor and photogrammetry, corrosion engineer, cost engineer, traffic control engineer geologist, and geotechnical engineer. ? Include a project-specific Organizational Chart identifying key project personnel by name and title. ? Include qualifications and resumes of all key personnel listed on the Organizational Chart: a. Pertinent experience, including title or duties on similar projects. b. Statement of California Professional Engineering registration c. Academic Credentials. d. Membership in and certification by professional societies or other organizations. The evaluation will consider the experience of the firm and any consultants in similar size projects and the availability of an adequate number of personnel in key disciplines. c. Past Performance on DoD and other contracts with respect to cost control, quality of work and services and compliance with performance schedules. d. Capacity. Ability to perform simultaneously, one or more task orders in various locations. Each task order may be in the range of $300,000.00 to $500,000.00. e. Knowledge of the locality such as geological features, climatic conditions, local material resources, and local industry standard construction methods. *f. Extent of participation of SB, SDB and historically black colleges & universities and minority institutions on the proposed contract team, measured as a percentage of the estimated effort. *g. Geographic proximity (physical location) of the firm in relation to the location of project(s). *h. Volume of DoD contracts awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms including SB and SDB. All submittals should specifically identify in the appropriate portions of the SF 255 all proposed small disadvantaged firm participation in the proposed activity. The Los Angeles District and Minority Business Development Agency are working with local Bu siness Development Centers (BDC?s) to provide assistance to Small Disadvantaged Business Concerns to participate in Government contracts. 4. SUBMISSION REQUIREMENTS: Interested A-E firms having the capabilities for this work and services are invited to submit one completed Standard Form (SF) 255 and 254 (11/92 edition) Architect-Engineer and Related Services Questionnaires for the prime co ntractor; and one SF 254 for each subcontractor/consultant, to the above address. Lengthy cover letters and generic corporation brochures, or other presentations beyond those to sufficiently present a complete and effective response are not desired. Resp onse 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. Include the ACASS number of th e office that will do the work in Block 36. For ACASS information, call 503-808-4591. Due to secu rity procedures, hand delivery of submittals to 911 Wilshire Blvd. must be coordinated with the Contract Specialist. No other general notification will be made of this work and services. Solicitation packages are not provided for A-E contracts. This is not a request for proposal.
 
Place of Performance
Address: US Army Corps Of Engineers, Los Angeles - Military Works P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
Country: US
 
Record
SN00250561-W 20030202/030131213609 (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.