Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2007 FBO #2099
SOLICITATION NOTICE

R -- IDIQ for Miscellaneous Cultural Resources in Southern California, Southern Nevada, Southwestern Utah, and Arizona. 100% set Aside for Small Business

Notice Date
8/24/2007
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical 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-0028
 
Response Due
9/12/2007
 
Archive Date
11/11/2007
 
Small Business Set-Aside
Total Small Business
 
Description
PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: RProfessional, Administrative and Management Support Services OFFADD: US Army Corps of Engineers, CESPL-CT-E, P.O. Box 532711, Los Angeles, CA 90053-2325 SUBJECT: R MISCELLANEOUS CULTURAL RESOURCES SERVICES FOR PROJECTS WITHIN SOUTHERN CALIFORNIA, SOUTHERN NEVADA, SOUTHWESTERN UTAH, ARIZONA AND ALL OTHER AREAS SERVED BY THE SOUTH PACIFIC DIVISION (SPD) SOL: W912PL-07-R-0028 POC Sandy Oquita, (213) 452-3249 Technical Information, Stephen Dibble, (213) 452-3849 DESC: 1. CONTRACT INFORMATION: Environmental Services (Service Contract Act) for one (1) Indefinite Delivery Contract in support of Miscellaneous Cultural Resources Services for Civil Works Projects primarily at Various Locations in the Los Angeles Dis trict ( Southern California, Arizona, Southern Nevada, Southwestern Utah including South Pacific Division (SPD) Area of Responsibility). The Majority of the work and services will be for Civil works projects however there will be a smaller portion of the work and services that will be in support of Military projects. It is anticipated that there will be one (1) Indefinite Delivery Contract award resulting from this solicitation to the responsible offeror whose proposal will provide the Best Value to the G overnment. The award will be made to the proposal offering the best value to the Government based on stated criteria, evaluation factors and subfactors, rating scheme and price proposals. The top rated firm will be awarded the contract. Yearly cumulative amount of individual task orders per contract is not to exceed $1,000,000.00. The contract will include an option to extend for a second, third, fourth and fifth year with an additional amount for each optional year not to exceed $1,000,000.00. The esti mated contract start date is September 2007 for a period of 12 months. The North American Industry Classification System (NAICS) code is 541990, $6.5 M average annual gross revenue for the last three (3) fiscal years. The FSC Code is B510. The solicitati on will be made available on or about 15 August 2007. The Government intends to issue this solicitation and all amendments through the Internet. No additional media (CD ROMs, Floppy Disks, Faxes, or paper) will be provided unless the Government determine s that it is necessary. 2. PROJECT INFORMATION: The work to be performed under this contract consists of miscellaneous environmental studies dealing with cultural resources and planning projects. The geographical areas would include Southern California, Southern Nevada, southwe stern Utah, Arizona and all other areas served by the Los Angeles District, including, but not limited: (a) site specific biological resources field examinations; (b) life science [ecological, biological, botanical] studies; (c) literature searches; (d) so cial systems data collection and analysis; (e) water quality sampling, monitoring, and analysis in accordance with Environmental Protection Agency (EPA) guidelines; (f) land use and land use plan analysis and comparability analysis; (g) air quality samplin g, monitoring, and data analysis; (h) noise measurement, monitoring, and analysis; (i) traffic measurement, monitoring and analysis; (j) aesthetic analysis; (k) informal agency and expert coordination; (1) preparation and processing of National Environment al Policy Act (NEPA) environmental assessment (EA), (m) preparation and processing of NEPA environmental impact statement (EIS); (n) preparation and processing of categorical exclusions (CatEx), (o) and preparation and processing of related technical appen dixes and graphics, (p) preparation and processing of California Environmental Quality Act (CEQA) negative determination, environmental impact report (EIR), and exemptions; (q) facilitation of agency coordination and environmental communication in meetings , alternatives formulation and evaluation, and the compilation of Corps planning reports; (r) wat ershed planning support efforts; (s) development of Best Management Practices (BMPs); (t) environmental or ecological restoration projects (such as, mowing, chipping, shredding, planting, plant palette determination) and reports. (u) project planning and activities carried out on active operational military lands used for research, development and technology as well as training, including other military reports, such as Environmental Baseline Study (EBS); (v) former used defense sites (FUDS) investigatio ns under Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), and the National Contingency Plan (NCP), in which the DoD is the Lead Agency to respond to hazardous waste releases at DoD sites, [however, the Environmental Protect ion Agency (EPA) and the states also have authority to impose corrective action under the Resource Conservation and Recovery Act (RCRA) and hazardous waste laws. Each task order when applicable shall be supported by Microsoft Project Planning Software , Version 4.0 or equivalent and by Intergraph Computed Aided Drafting and Design (CADD) system or compatible. Contractor shall acquire the Micro-computer Aided Cost Estimating System (MCACES) Gold software and related training from commercial sources for u se in this contract when necessary. The firm selected for these contracts will be expected to submit a quality control/quality assurance plan and to adhere to it during the work and services required under the contract. The plan must be prepared and appro ved by the Government as a condition of contract award, but it is not required for this submission. 3. SELECTION INFORMATION: The selection criteria are listed below in descending order of importance. Factors and SubFactors 1 through 6. FACTOR 1: PAST PERFORMANCE, SUBFACTOR 1: EXPERIENCE, SUBFACTOR 2: FAMILIARITY OF THE OFFEROR WITH CULTURAL RESOURCES AND CULTURAL END ENVIRONMENTAL HISTORY OF THE PROJECTS, SUBFACTOR 3: PAST PERFORMANCE, SUBFACTOR 4: TIMELINESS OF PERFORMANCE: SUBFACTOR 5: ABILITY TO SOLVE COMP LEX CONTRACT PROBLEMS. SUBFACTOR 6: SUBCONTRACT MANAGEMENT. FACTOR 2: TECHNICAL MERIT ELEMENTS, SUBFACTOR 1: UNDERSTANDING OF REQUIREMENTS, SUBFACTOR 2: UNDERSTANDING OF THE DETERMINATION OF ELIGIBILITY FOR LISTING ON THE NATIONAL REGISTER OF HISTORIC PLACES FACTOR 3: MANAGEMENT ABILITY SUBFACTOR 1: STAFF RESUMES AND CHAIN OF COMMAND SUBFACTOR 2: PE RSONNEL POLICIES SUBFACTOR 3: PHYSICAL AND TECHNICAL RESOURCES SUBFACTOR 4: SCHEDULING AND MULTIPLE SIMULTANEOUS TASK ORDERS SUBMISSION REQUIREMENTS: THIS IS A 100% SET ASIDE FOR SMALL BUSINESS REQUEST FOR PROPOSAL (RFP) IDIQ, BEST VALUE  TRADE-OFF. Both a technical and a price proposal will be required. The Technical Evaluation Factors for this procurement are in Section M entitled Evaluation Factors for Award and Section L Submission Requirements and Instructions. It is the Governments intent to award based on initial offers without discussions; therefore, the offerors shall provide their best technical and price proposals . Please note that there are special instructions pertaining to hand delivered proposals. These special instructions can be viewed in Section H of the advertised solicitation. An important notice to all potential offerors: The U.S. Army Corps of Enginee rs , Los Angeles has implemented a new procedure for posting solicitations. On 15 February 2006, the Electronic Bid Solicitations (EBS) system will no longer be used to post solicitations. This Solicitation No. W912PL-07-R-0028, Miscellaneous Cultural Resources Services and all amendments for this acquisition will be posted on a secure Government website known as FedTeds. Access to the solicitation documents on the FedTeds website will be via a hyperlink. The hyperlink on the notice for this acquisitio n posted on the FedBizOpps (FBO) website (www.fbo.gov). The hyperlink will not appear as a website address, but as text as follows: Technical Data Package (TDP) 01. Viewing/downloading documents from FedTeds will require prior registration in Central Contractor Registration (www.ccr.gov). If you are a first time user, you will also be required to register in FedTeds (www.fedteds.gov) before accessing the solicitation documents. To register, click on the Register with FedTeds hyperlink, then select the Begin Vendor/Contractor Registration Process option. The following information will be required: Central Contractor Registration (CCR) Marketing Partner Identification N umber (MPIN); DUNS Number or CAGE Code; Telephone Number and E-Mail Address. Once registered with FedTeds, interested parties will then be able to utilize the posted hyperlink to log in and access the solicitation documents. Important Note: Solicitation do cuments can be accessed ONLY by using the hyperlink available on FBO. FedTeds is not searchable by any other means. Please note that ALL firms who want to access the solicitation, both prospective primes and subs will be required to be registered with FedT eds and Therefore, must be CCR-registered, have a MPIN, and either a DUNS number or CAGE Code. For further information, please click on the links on the FedTeds homepage to FAQs, the Vendor User Guide , and FedTeds Help. For additional assistance with the FedTeds website, Please contact the Ogden Electronic Business (EB) Operations Support Team (OST) at 866-618-5988 (toll free), 801-605-7095, or cscassig@ogden.disa.mil (Subject: FedTeds Assistance). IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK FEDTE DS FREQUENTLY FOR ANY AMENDMENTS OR CHARGES TO THE SOLICITATION. Point of Contact Contract Specialist: Mrs. Sandy Oquita 213 452-3249 Email your questions to US Army Engineer District, Los Angeles, at sandy.oquita@spl01.usace.army.mil
 
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
SN01384563-W 20070826/070824222105 (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.