Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2005 FBO #1391
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY ORDER CONTRACT FOR CIVIL ENGINEERING FOR CIVIL WORKS PROJECTS AT VARIOUS LOCATIONS IN THE LOS ANGELES DISTRICT (SOUTHERN CALIFORNIA, ARIZONA AND SOUTHERN NEVADA, BUT MAY ALSO BE USED WITHIN SOUTH PACIFIC DIVISION

Notice Date
9/15/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps Of Engineers, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2352
 
Solicitation Number
W912PL-05-R-0016
 
Response Due
10/16/2005
 
Archive Date
12/15/2005
 
Point of Contact
Marci Zamora, (213)452-3250
 
E-Mail Address
US Army Corps Of Engineers, Los Angeles
(mzamora@spl.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
General Information Solicitation Number: W912PL-05-R-0016 Posted Date: September 16, 2005 Original Response Date: October 16, 2005 Classification Code: CArchitect 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 A-E 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 serv ices will consist primarily of civil engineering for civil works projects at Various Locations in the Los Angeles District (Southern California, Arizona, and Southern Nevada), but may also be used within South Pacific Division. This announcement is open t o 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 minimum of 71% of the contractors intended subcontract amount will be placed with Small Businesses (SB), including Small Disadvantaged Businesses (SDB) 10.2%; HUBZONE Small Business 3%; Women-Owned Small Business (WOB) 10.6%; Serv ices Disabled Veteran Owned Small Business 3.0%; Veteran Owned Small Business 3.0%. The plan is not required with this submittal. There will be one (1) indefinite delivery contract for Architect-Engineer (A-E) services. The contract will be negotiated an d awarded with a base year not to exceed $1,000,000.00. The contract will include an option for extension for second and third periods with an additional amount for each option period not to exceed $1,000,000.00. Cumulative amount of contract will not exc eed $3,000,000.00. If contract amount for the base period or preceding option periods has been exhausted or nearly exhausted the Government has the option to exercise contract options before the expiration of the base period or preceding option periods. W ork will be issued by negotiated firm-fixed price task orders. The estimated contract start date is January 2006 for a period of 12 months (through January 2007). Work is subject to availability of funds. Estimated construction cost is not applicable. The North American Industry Classification System (NAICS) code for this action is 541330. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr. gov/ or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. 2. PROJECT INFORMATION: The work and services will consist primarily of preparation of design analyses and reports; plans and specifications for flood control, coasta l, and environmental restoration projects. The contractor may conduct field investigations and will provide engineering services in the areas of hydraulics, geotech, civil, structural, architectural, landscape architecture, analysis and estimating, and va lue engineering. Construction cost estimates must be performed using MCACES and be in the civil works breakdown format structure. The contractor will be required to acquire the necessary software and training from the vendor. Relevant MCACES databases w ill be furnished by the Los Angeles District. The firm selected for this contract will be expected to submit an overall quality assurance plan, and a quality control plan for each task order. These plans must be adhered to during the work and services r equired under the contact. In Section H of the SF 330 describe the firms Design Quality Assurance Plan and how quality for subcontractors will be assured. The plan must be approved by the Government as a condition of contract award, but is not required with this submission. 3. SELECTION INFORMATION : The selection criteria are listed below in descending order of importance. Criteria a-e are primary. Criteria f-h are secondary and will only be used as tie-breakers among firms that are essentially technically equal: a. Specialized Experience a nd Technical Competence in: (1) Previous plans and specifications for flood control projects, including dams, levees, channels and other flood conveyances using Corps of Engineers regulations; (2) Preparation of engineering reports and design documentatio n reports; (3) Designing flood control projects in urban areas; (4) Preparing engineering reports and contract drawings in a format compatible with Microstation; (5) Preparation of preliminary and final cost estimates using MCACES Gold (in the civil wor ks breakdown structure); and (6) Experience using the Dr. Checks system for managing review comments. b. Professional Qualifications in the following key disciplines: (1) Civil Engineering; (2) Structural Engineering; and, (3) Cost estimat ing. Supporting (subcontractors, if required) disciplines will include mechanical, electrical, hydrology and hydraulics, geotech, architecture, landscape architecture and coastal engineering. c. Past Performance on DoD and other contracts with respe ct to cost control, quality of work, and compliance with performance schedules. d. Capacity to accomplish multiple task orders simultaneously, and to execute $1M in a one-year period. e. Knowledge of the Locality such as geological features, cli matic conditions, local material resources, and local construction methods. f. SB and SDB Participation: Extent of participation of small businesses (including women-owned), small disadvantaged businesses, historically black colleges and universitie s, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. g. Geographic Proximity (physical location) of the firm to the location of the project(s). h. Equitable Distribution of DoD Contracts: Volume of DoD contract 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. 4. SUBMISSION REQUIREMENTS: Interested A-E firms having the capabilities f or this work are invited to submit one (1) completed Standard Form (SF) 330, Architect-Engineer and Related Services Questionnaires for the prime firm and one SF 330 Part II for each subconsultant firm, to the above address not later than 4:00 PM on the re sponse date indicated above. The street address is: 915 Wilshire Boulevard, CT-W, Room 1040, Los Angeles, CA 90017. To hand carry a submittal, arrangements must be made through Maricela A. Zamora at 213-452-3250 or Lucia Carvajal at 213-452-3240 prior to delivery. Lengthy cover letter and generic corporation brochures, or other presentations 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 perfo rm the work in Block B5. Call the ACASS center at (503) 808-4590 to obtain a number. Section H indicate the estimated percentage involvement of each firm on the proposed team. Include an organization chart of the key personnel to be assigned to the proj ect. No other general notification will be made of this work. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. This is not a request for proposal. Point of Contact Contracting Division, West Region Branch: Maricela A. Zamora, (213) 452-3250, Technical Information, Tom Sage (213) 452-3707 NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (15-SEP-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/COE/DACA09/W912PL-05-R-0016/listing.html)
 
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
SN00896821-F 20050917/050915213431 (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.