Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2004 FBO #0984
MODIFICATION

C -- Architect Engineering Services for Indefinite Delivery Contract with emphasis on Civil Engineering, including Geotechnical Engineering for Civil Works projects at various locations in the Los Angeles District.

Notice Date
8/4/2004
 
Notice Type
Modification
 
Contracting Office
US Army Corps Of Engineers, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
W912PL-04-R-0023
 
Response Due
8/30/2004
 
Archive Date
10/29/2004
 
Point of Contact
Julie Ayala, (213)452-3241
 
E-Mail Address
Email your questions to US Army Corps Of Engineers, Los Angeles
(jayala@spl.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This modification is issued to Solicitation # W912PL-04-R-0023 dated jul,29.2004, please review full description for changes. General Information Solicitation Number: W912PL-04-R-0023 Posted Date: July 29, 2004 Original Response Date: Aug 30, 2004 Classification Code: C Architect and engineering services Contracting Office Address US ARMY CORPS OF ENGINEERS, CHIEF, CONTRACTING DIVISION, P.O. BOX 532711, LOS ANGELES CA 90053-2325 Description 1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks AE Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The servi ces will consist of civil engineering, including geotechnical environmental engineering for Indefinite Delivery Contract for Civil Works Projects at Various Locations in the Los Angeles District. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219 9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for this contract are that a mini mum of 60% of the contractor??????s intended subcontract amount will be placed with small businesses (SB), including small disadvantaged businesses (SDB), 10%, woman-owned small businesses (WOB) 10.0%, HUBZone 3% and Service-Disabled Veteran-Owned Small Bu sinesses 3%. The plan is not required with this submittal. Yearly cumulative amount of individual task orders per contract not to exceed $1,000,000.00. The contracts will include an option for extension for second and third year with additional amount f or each optional year not to exceed $1,000,000.00. If contract amount for the base year period or preceding option year periods has been exhausted or nearly exhausted the Government has the option to exercise contract options before the expiration of the base year period or preceding option year periods. The estimated contract start date is September 2004 for a period of 12 months (through September 2005). Work is subject to availability of funds. Estimated construction cost is not applicable. The Nort h American Industry Classification System (NAICS) code for this action is 541370. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service contract Act, as determined relative to the employees office location (not the location of the work). To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet sit e at http://ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. 2. PROJECT INFORMATION: The work and services shall consist of engineering and design for coastal and inland flood control projects. Typical studies i nclude field investigations, evaluations of data and complex geotechnical foundation conditions including liquefaction potential, seismic evaluation of large dams including finite element analysis and static seismic deformations of embankments, development of earthquake ground motions and seismic analysis parameters, complex ground water modeling studies, and dewatering systems, and geotechnical engineering risk assessment analyses. Studies will also include soil-structure interaction, geologic studies, fi ssure and faulting studies, seepage analysis for dams, spillway thermal studies, materials engineering including concrete, roller compacted concrete and soil cement slope protection designs, forensic geotechnical and materials engineering evaluations, and rock, earth-fill and materials construction engineering consultation and testing, and offshore geotechnical investigations and designs fo r dredged channels, breakwaters, seawalls, beach replenishment, and confined dredged materials. The firm will have the capacity to provide geotechnical support during District flood and earthquake emergency response activities such as erosion protection ev aluations and slope stability, seepage, stress and deformation, and liquefaction analyses for embankments and levees. The firm also will have the capacity to perform offshore vibracore drilling and sampling, geophysical testing and interpretations, and ge otechnical sampling and testing for large dams in highly active seismic environments. It is noted that a small portion of geotechnical work is anticipated for military projects. The Government will provide fully defined requirements for each task order, which may include one or more of the following: performance-based specifications, conceptual drawings and specifications, and MicroStation generated drawings. The contractor may be required to participate in the development of the final scope of work for individual task orders and be required to provide incidental technical or engineering services such as quality assurance testing for rock, soil, and concrete materials, detailed drawings generated in MicroStation, surveying, hazardous and toxic waste eval uations, and other submittals in support of investigations, design and construction. The firm selected for this contract will be expected to submit a quality control/quality assurance plan and to adhere to it during the work and services required under th e contract. In addition, the firm selected will submit a description of the firms Design Quality Control Plan including a Design Quality Assurance Plan of subcontractor work. The plan must be prepared and approved by the Government, as a condition of co ntract award, but is not required with this submission. 3. SELECTION INFORMATION: The selection criteria are listed below in descending order of importance. Criteria A through E are primary: Criteria F through G are secondary and will only be used as tie breakers among technically equal firms: A. Professional Qualifications: Personnel qualified in civil engineering with specialized qualifications that include recent knowledge and experience: 1. Geotechnical Engineering, to include civil engineering an d geology. Supporting disciplines will include: Hydrogeology. B. Specialized experience and technical competence: 1. Geotechnical engineering, geology, groundwater modeling and dewatering, seismology, rock mechanics, geotechnical field investigations, geotechnical engineering support for emergency response activities, materials engineering with experience in concrete, roller compacted concrete and soil cement mix design and construction techniques. Knowledge and experience in the following: 2. Geotech nical design of inland and coastal flood control projects. 3. Seismic evaluation of large dams including finite element analysis and static seismic deformations of embankments, evaluation of liquefaction potential, development of earthquake ground motions and seismic analyses parameters. 4. Data evaluation and complex geotechnical foundation conditions risk assessments in geotechnical engineering, geologic, faulting and groundwater studies including design of dewatering systems and groundwater modeling, 5. Geotechnical engineering support during flood and earthquake emergency response activities such as erosion protection evaluations and slope stability, seepage, stress and deformation, and liquefaction analyses for embankments and levees. 6. Field investi gations including geophysical testing, geotechnical sampling and testing for large dams in highly active seismic environments, and geotechnical foundation characterization. 7. Offshore geotechnical investigations and designs for breakwaters, dredging and b each replenishment. 8. Materials engineering including concrete, roller compacted concrete and soil cement mix designs and construction evaluation and forensics evaluations. 9. Supporting knowledge of and experience in quality assurance rock, soil and concrete testing, ability to create Microstation drawings surveying, hazardous and toxic waste evaluations, and Corps of Engineers contract plans and specification s. C. Capacity to simultaneously perform eight task orders within designated periods of service. This evaluation will consider the experience of the firm and any subcontractors and the availability of an adequate number of personnel in key disciplines. D. Past performance on DOD and other contracts. ACASS performance evaluations will be provided by Contracting Division for rating by the Selection Board only. If ACCASS evaluations are not available, the AE firm will be given a satisfactory rating for th is criteria. E. Knowledge of the locality such as geologic features, climatic conditions, local materials resources, and local construction methods. F. Location of the firm in relation to the general geographic area of the Los Angeles District area of re sponsibility; to be determined by the Selection Board, only used as a tie-breaker for technically equal firms. G. Volume of DOD contract awards in the last 12 months; to be determined by the Selection Board, only used as a tie breaker for technically equa l firms. 4. SUBMISSION REQUIREMENTS: Interested AE firms having the capabilities for this work are invited to submit one completed Standard Form 330 dated 6/2004 Architect Engineer Qualifications. Lengthy cover letter and generic corporation brochures, or other presentation beyond those to sufficiently present a complete and effective response are not desired. Phone calls and personal 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. Include ACASS number of the office that will perform the work in Block 3b. Call the ACASS center at (503) 326-3459 to obtain a number. No other general notification will be made of this work. Solicitation packages are not provided for A-E contracts. Point of Contact Contracting Division, West Region Branch: Julie Ayala at 213 452 3241, or Mary Ann Powers at (213) 452-3254, Technical Information, Alan Nichols 626 401 4010
 
Place of Performance
Address: US Army Corps Of Engineers, Los Angeles P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
Country: US
 
Record
SN00636878-W 20040806/040804212231 (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.