Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2007 FBO #2029
SOLICITATION NOTICE

C -- IDIQ Contract for Civil Coastal Engineering for Civil Works Project (Unrestricted) along the shoreline of the United States and Mexico, with geographic predominance placed on the California Coastline.

Notice Date
6/15/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
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-07-R-0025
 
Response Due
7/17/2007
 
Archive Date
9/15/2007
 
Small Business Set-Aside
N/A
 
Description
CONTRACT INFORMATION: Planning Services (Brooks A-E Act, PL 92-582) (Unrestricted) for Indefinite Delivery Contract for a one-year period with emphasis on Civil (Coastal) Engineering for Civil Works Projects along the shorelines of the United States and Mexico, with geographic predominance placed on the California coastline. The majority of the work and services will be for Civil works projects. However, there may be a smaller portion of the work and services for military and support for others projec ts. The NAICS Code for this procurement is 541330. The FSC code for this procurement is C211. 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 Small Business subcontracting goals for this contract is a minimum of 51.2% of the contractors intended subcontracting opportunities. The referenced subcontracti ng goals will be placed with Small Businesses (SB), including Small Disadvantaged Businesses (SDB), 8.8%, Woman-Owned Businesses (WOB) 7.3%, Hubzone Businesses 3.1% and Service Disabled Veteran-Owned Small Businesses 1.5%. The plan is not required with thi s submittal. There will be one (1) indefinite delivery contract award for Architect-Engineer (A-E) services. The top rated firm will be awarded the contract. Yearly cumulative amount of individual task orders per contract not to exceed $1,000,000.00. The c ontract will include an option for extension for second and third year with additional amount for each optional year not to exceed $1,000,000.00. The estimated contract start date is September 2007 for a period of 12 months (through September 2008). Contr actor must be registered in the Central Contractor Registration (CCR) database prior to award of the contract. Lack of registration in the CCR database will make offeror ineligible for award. To register online, visit the CCR homepage at http://www.ccr.gov . Estimated construction cost is not applicable. 2. PROJECT INFORMATION: The work and services shall consist of planning and formulating reconnaissance and feasibility studies. Typical studies encompass navigation, waves and hurricane shore protection, fi sh and wildlife habitat protection and enhancement, coastal flood plain management, and a multitude of other complex coastal resources study and engineering activities. The firm selected for this contract will be expected to submit a design quality control /design quality assurance plan and to adhere to the plan during the work and services under this contract. The selected firm shall also have the capability of accomplishing a minimum of 50% of the total required work. Each task order design process shall b e supported by either GANTT type bar chart or/and CPM type network diagram and design cost estimate. Contractor shall be required to utilize Microsoft Project to construct GANTT and/or CPM diagrams, the US Army Corps of Engineers Micro-Computer Aided Cost Estimating System (MCACES), Microstation compatible Computer Aided Design and Drafting (CADD) to the current Tri-Services A/E/C CADD standards, and the ability to provide map data and conduct numerical analyses through coastal/hydrology/hydraulic computer modeling with visualization output to GIS ArcView coverages. The selected firm shall have capacity to acquire oceanographic field data, such as vibratory core sediment sampling, grab sediment sampling and rotary wash sediment coring, side-scan sonar bathym etry, beach profiles, magnetometer, sediment profile images, etc. In Block H. 30 of the SF 330 describe the firms Design Quality Control Plan (DQCP), including Design Quality Assurance Plan (DQAP) of subcontractor(s). The plans must be prepared, and approv ed by the Government, as a condition of contract award, but are not required with this submission. 3. SELECTION INFORMATION: See Note 24 for general selection p rocess. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria (a) through (e) are primary. Criteria (f) through (h) are secondary and will only be used as tie-breakers among technically equal firms. a. Professional Qualifications: Qualified personnel with recent knowledge and experience in (1) Coastal planning and engineering; (2) Economics; (3) Geology; (4) Environmental impact analysis; (5) Marine biology. b. Specializ ed Experience and Technical Competence in: (1)Plan formulation; (2) Ocean environmental studies; (3) Coastal engineering; (4) Numerical modeling capabilities; (5) Coastal field data collection, processing and analyzing: topographic and bathymetric data, su baqueous sediment samples and other subsurface data, water column samples, and wave and current data;(6) Economic analysis of navigation and storm damage protection; (7) CADD, Digital Terrain Mapping, GIS ArcInfo mapping, engineering drawings; (8) Simulati on of Coastal-Hydraulics processes multi-dimensional models with output linked to ArcInfo/ArcView; (9) Environmental assessments and environmental impact statements (including experience with NEPA requirements, habitat evaluation measures, and design of mi tigation measures); (10) Preparation of preliminary and final project cost estimates;(11) Preparation of reconnaissance and feasibility study reports. c. Capacity to perform two $250,000.00 task orders in a ninety (90) day period. This evaluation will cons ider the experience of the firm and any consultants in similar size projects 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 compliance 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 predominant geographic location of the project(s). g. Extent of 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 months as described in Note 24. All firms that submit an SF 330 shall be notified in writing acknowledging receipt of their response. The firms which are not recommended by the Pre-Selection Board to the Selection Board for further c onsideration shall also be notified in writing. The firms which were considered by the Selection Board but are not ranked for negotiation shall be notified in writing. The firms which are ranked for negotiation but are not selected for an award will be no tified after the award of the contract. The contract award shall be announced in Federal Business Opportunities (FedBizOpps) consistent with the Department of Defense policy of effecting an equitable distribution of contracts among qualified Engineering fi rms including small, disadvantaged owned firms and firms that have not had prior DOD contracts (see Note 24), qualified small disadvantaged firms will receive consideration during selection and all other selection evaluation criteria being equal, may becom e a determining factor for selection. Also, participation of Small Disadvantaged Firms in a joint venture may become a determining factor for selection. Therefore, all offerors submittals should specifically identify in the appropriate portions of the SF 3 30 all proposed Small Disadvantaged firm participation in the proposed activity to be accomplished by the contractor (See Note 24). The Los Angeles District and Minority Business Development Agency are working with local Business Development Centers (BDCs) to provide assistance to small Disadvantaged Business Concerns to participate in Government contracts. 4. SUBMISSION REQUIREMENTS: Interested Architect-Enginee r firms having the capabilities for this work and services are invited to submit one (1) completed Standard Form (SF) 330 Title: Architect-Engineer Qualifications to the U.S. Army Corps of Engineers, Los Angeles District, P.O. Box 532711, Los Angeles, CA 90053-2325, Attn: Ms. Tracey Hernandez. Lengthy cover letters and generic corporation brochures, or other presentations beyond those sufficient to present a complete and effective response are not desired. Phone calls and personal visits are discouraged. Response to this notice must be received within thirty (30) calendar days from the date of issuance of this synopsis. If the thirtieth (30th) day is a weekend day or a Federal Holiday, the deadline is the close of business of the next business day. Includ e the ACASS number of the office that will perform the work in Block C of the SF 330. Call the ACASS Center at 503-808-4594 to obtain a number. No other general notification will be made of this work. Solicitation packages are not provided for A-E contract s. Firms desiring consideration shall submit appropriate data.
 
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
SN01320291-W 20070617/070615223825 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.