Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 09, 2008 FBO #2509
SOLICITATION NOTICE

C -- Regional Construction Management Support Services for Arizona, Nevada, California and SPD Wide for the Los Angeles District

Notice Date
10/7/2008
 
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-09-R-0010
 
Response Due
11/7/2008
 
Archive Date
1/6/2009
 
Point of Contact
Diane Watkins, (213)452-3251<br />
 
Small Business Set-Aside
N/A
 
Description
SUBJECT: REGIONAL CONSTRUCTION MANAGEMENT SUPPORT SERVICES FOR ARIZONA, NEVADA, CALIFORNIA AND SPD WIDE FOR THE LOS ANGELES DISTRICT POC: Contract Specialist, Diane Watkins (213) 452-3251; Technical Information, Alfonso J. Quintero (213) 452-3365 1. - CONTRACT INFORMATION: Construction Management Support Services (Brooks A-E Act, PL 92-582) for one (1) Indefinite Delivery Contract for Civil, Military, and Work for Others in Arizona, Nevada, California and SPD Wide under the jurisdiction of the U.S. Army Corps of Engineers, Los Angeles District. The projects will primarily be within the boundary of the South Pacific Division 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 these contracts are a minimum of 70.0% of the contractors intended subcontracting opportunities. The referenced subcontracting goals will be placed with Small Business (SB), including Small Disadvantaged Business (SBD) 6.2%, Woman-Owned Business (WOB) 7.0%, Hubzone Business 9.8%, Veteran Owned Small Business 3.0%, and Service Disable Veteran-Owned Small Business 0.9%. The plan is not required with this submittal. It is anticipated that there will be one (1) Indefinite Delivery Contract award for Construction Management Support Services. Yearly cumulative amount of individual task orders per contract not to exceed $1,900,000.00. The contract will include a base year with options for extension for a second, third, forth, and fifth year with additional amount for each option period not to exceed $1,900,000.00. 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 option period before the expiration of the base year period or preceding option year periods. The estimated contract start date is January 2009 for a period of 12 months. Work is subject to availability of funds. Contractor must be registered in the Central Contractor Registration (CCR) data prior to award of contract. Lack of registration in the CCR database will make offeror ineligible for award. To register online, visit the CRR homepage at: http://www.ecr2OOO.com. 2. PROJECT INFORMATION: The work and services may include all or any of the following tasks: (1) Performs Biddability, Constructability, Operability, Environmental reviews; (2) Provide support in preparing the Government's Quality Assurance Plan for newly awarded contracts; (3) Provide support for and attend preconstruction conferences and mutual understanding meetings; (4) Review selected contractor submittals and provide written comments to the Contracting Officers or Contracting Officers Representative (COR); (5) Assist with the government's Quality Assurance Program; (6) Attend regular coordination meetings conducted between Corps of Engineers and the Users; (7) Review RFI's (8) Draft Request for Proposals; prepare Basic Change Documents, estimate cost of change; (9) Prepare cost estimates for pending changes and task orders; (10) Provide support for preparing Corps of Engineer's contracts; (11) Provide support for preparing monthly reports and status briefing materials for the Users; (12) Provide technical review of contractor's request for equitable adjustments and formal claims; (13) Attend pre-final and final inspection of newly completed work; (14) Prepare contract or task order closeout documents; (15) Conduct review of mechanical piping system; (16) Perform asbestos and lead-based paint surveys on an unspecified number of buildings; (17) Oversee asbestos abatement work by performing site surveillance; (18) Preparation and submission of daily Quality Assurance Report (QAR) ; (19) Review AE prepared submittals list ; (20) Review Construction Contractor's prepared as built drawings; (21) Schedule and perform four and nine month warrantee inspections; (22) Attend a variety of meetings concerning construction projects; (23) Provide engineering expertise in specific mechanical, electrical, architectural and civil/structural design and construction problem resolution; (24) Evaluate construction contractor claims; (25) Testify for the Government as an expert witness in defense of claims submitted by the construction contractor. (26) Process survey data to AutoCAD and Microstation drawing formats. (27) Process survey data collected from soundings to AutoCAD and Microstation formats. (28) Complete the national agency check (NAC) for access to DoD computers. Key Technical Personnel: Civil Engineer, Structural Engineer, Mechanical Engineer, Electrical Engineer, Engineering Technician, Senior Construction Representative. Junior Construction Representative, Clerical, Project Engineer, Industrial Hygienist, Program Manager, Senior Program Manager, Architect, Environmental Engineer, Safety Engineer, Hydrographical Surveyor, Land Surveyor, Geologist, Geotechnical Engineer, Biologist, P3/P5 Scheduler, Cost Estimator. 3. SELECTION INFORMATION: See Note 24 for general election process. The selection criteria are listed below in descending order of importance. Criteria a through e are primary. Criteria f and g 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, Senior Construction Representative, Junior Construction Representative, Clerical, Project Engineer, Industrial Hygienist, Program Manager, Senior Program Manager and in the secondary disciplines of Architect, Environmental Engineer, Safety Engineer, Geologist, Geotechnical Engineer, Hydrographical Surveyor, Land Surveyor, Cost Estimator Welding Inspector and Scheduler. b. Specialized Experience and Technical Competence in the tasks listed, (1) - (29), under Project Information. c. Capacity to Perform: ability to perform simultaneously, one (1) $100,000.00 or more, Task Orders 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 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 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 as described in Note 24. All firms that submit an SF 255 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 (see Note 24), 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 offerors' submittals should be specifically identify in the appropriate portions of the SF 330 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 (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 and services are invited to submit one.(I) completed Standard Form (SF) 330, revised editions dated November 1992, Architect-Engineer and Related Services Questionnaires for the prime and one (1) SF 330 for each subcontractor/consultant, to the office shown. Lengthy cover letters and generic corporation brochures, or other presentations (such as BINDING of SF 330) 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 form 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 the ACASS number of the office that will do the work in Block 36. No other general notification will be made of this work and services. Solicitation packages are not provided for A-E contracts. Firms desiring consideration shall submit appropriate data as described in numbered Note 24.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=efb4d9fd9b89225cb5953cd3a19da527&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
SN01689109-W 20081009/081007215338-efb4d9fd9b89225cb5953cd3a19da527 (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.