Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2008 FBO #2477
SOLICITATION NOTICE

C -- Electrical System Study for VA Long Beach (VALB)Facility, California

Notice Date
9/5/2008
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Corps Of Engineers, Los Angeles, US Army Corps Of Engineers, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
W912PL-08-R-0026
 
Response Due
9/15/2008
 
Archive Date
11/14/2008
 
Point of Contact
Vicie R. Graves, 2134523233<br />
 
Small Business Set-Aside
8a Competitive
 
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 services will consist primarily of Architectural and Engineering - Civil, Electrical, Mechanical for a project at Veteran Administration Long Beach Healthcare Facility which is located in the region of the Los Angeles District U.S. Army Corps of Engineers. 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%; Services 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) contract for Architect-Engineer (A-E) services. The contract will be negotiated and awarded with an amount not to exceed $99,999.00. Work will be issued by negotiated firm-fixed price contract. The estimated contract start date is September 2008 for a period of 13 months (through October 2009). 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 Consultant will perform electrical system studies at the Department of Veterans Affairs Medical Center (VAMC) at VALB Facility. All work must be accomplished in strict compliance with NFPA 70E, Electrical Safety Requirements for Employee Workplaces, 2000 Edition. All survey work on electrical equipment will be accomplished on energized equipment unless an outage is absolutely necessary on specific equipment. Any requests for outages must be submitted in writing to and approved in advance by the Facility Manager/Chief Engineer. Where necessary to remove covers or open equipment which would expose live buses, appropriate protective devices and/or equipment shall be used. The contractor may conduct field investigations and will provide engineering services in the areas of electrical engineering and analysis, estimating, and value 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 will 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 required under the contact. In Section H of the SF 330 describe the Design Quality Assurance Plan of the firm 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) through (e) are primary. Criteria (f), (g), and (h) are secondary and will only be used as tie-breakers, if necessary, in ranking the most highly, qualified firms. a. Professional Qualifications of management and technical personnel in the Key Disciplines of Civil/Structural Engineer, Mechanical Engineer, Electrical Engineer, Engineering Technician, Clerical, Project Engineer, Industrial Hygienist, Program Manager, Architect, Environmental Engineer, Safety Engineer, Cost Estimator and Scheduler. b. Specialized Experience and Technical Competence in the tasks listed under Project Information. c. Capacity to Perform: ability to perform simultaneously, one (1) $100,000.00 or more, contracts in three (3) various locations. This 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. d. Past Performance on DOD and other Federal Government and other contracts with respect to cost control, quality of work, and compliance with performance schedules. e. Knowledge of the Locality such as Veteran Administration policy features, climatic conditions, local material resources, and local and Veteran Administration construction methods. f. Geographic proximity (physical location) of the firm in relation to the location of project(s). g. 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. h. Volume of DOD contracts awards in the last 12 months. All firms that submit an SF 330 shall be notified with a post card acknowledging receipt of their response. The firms which are not recommended by the Pre-Selection Board to the Selection Board for further consideration, shall also be notified with a post card. The firms which are considered by the Selection Board but are not ranked for negotiation shall be notified with a post card. The firms which are ranked for negotiation but are not selected for an award shall be notified after the award of the contract. The contract award shall be the Department of Defense policy of effecting an equitable distribution of contracts among qualified Architect-Engineer firms including small, disadvantaged owned firms and firms that have not had prior DOD contracts, qualified small disadvantaged firms will receive consideration during selection and all other selection evaluation criteria being equal, also participation in a joint venture may become a determining factor for selection. Therefore, all submittals by offerors should be specifically identified in the appropriate portions of the SF 330 including all proposed small disadvantaged firm participation in the proposed activity to be accomplished by the contractor. The Los Angeles District and Minority Business Development Agency are working with local Business 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 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 response 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 Major Vicie Graves at 213-452-3233 or Patricia Bonilla at 213-452-3255 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 perform 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 project. 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. This is an 8(a) competitive procurement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=38e5fa50cbeb1af95eb7cbab9ae8e324&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps Of Engineers, Los Angeles P.O. Box 532711, Los Angeles CA<br />
Zip Code: 90053-2325<br />
 
Record
SN01661373-W 20080907/080905222613-38e5fa50cbeb1af95eb7cbab9ae8e324 (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  © 1994-2020, Loren Data Corp.