Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2008 FBO #2582
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY ORDER CONTRACT FOR CIVIL ENGINEERING FOR CIVIL WORKS PROJECTS, TO INCLUDE WORK IN OTHER CORPS PROGRAMS, AT VARIOUS LOCATIONS PRIMARY IN THE LOS ANGELES DISTRICT, BUT MAY ALSO BE USED WITHIN SOUTH PACIFIC DIVISION

Notice Date
12/19/2008
 
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-0016
 
Response Due
1/18/2009
 
Archive Date
3/19/2009
 
Point of Contact
Maricela Zamora, 213-452-3250<br />
 
Small Business Set-Aside
Total Small Business
 
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 civil engineering for civil works projects, but may include work in other Corps programs, at various locations primarily in the Los Angeles District, but may also be used within South Pacific Division. This solicitation is 100% set-aside for Small Business. Only Small business will be considered for award. There will be two (2) indefinite delivery contracts for Architect-Engineer (A-E) services. The contract is for a sixty (60) month period or until the not-to-exceed amount of $5,000,000.00 has been met, whichever occurs first. Work will be issued by negotiated firm-fixed price task orders. The estimated contract start date is February 2009 for a period of sixty (60) months (through February 2014). 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, coastal, environmental restoration, buildings and sustainable engineering design projects. The contractor may conduct field investigations and will provide engineering services in the areas of hydraulics, geotech, civil, structural, architectural, mechanical, electrical, landscape architecture, analysis and estimating, and value engineering. Construction cost estimates must be performed using M2 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 M2 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 firms overall Design Quality Management Plan (DQMP). 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 and 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 documentation 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 M2 (in the civil works breakdown structure); (6) Experience using the Dr. Checks system for managing review comments; (7) Designing facility projects for the U.S. military and other U.S. governmental agencies; (8) Designing projects using LEED (Green) principles and practices; and (9) Experience in HTRW projects including investigations and studies for CERCLA and RCRA cleanup phases of SI, RI/FS, RAPs, RFI, CMS, to include installation of shallow and deep groundwater monitoring wells, sampling and testing of groundwater and soils; Tier I through Tier III human health and ecological risk assessments. b. Professional Qualifications in the following key disciplines: (1) Civil Engineering; (2) Structural Engineering; (3) Cost Estimating; (4) Architectural Engineering; (5) Mechanical Engineering; (6) Electrical Engineering; (7) Toxicology; (8) Environmental Engineering; and (9) Hydrogeology. Supporting (subcontractors, if required) disciplines will include hydrology and hydraulics, geotech, landscape architecture, coastal engineering, geology, industrial hygiene, and chemistry. c. Past Performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. d. Capacity to accomplish multiple task orders simultaneously, and to execute $2M in a one-year period. e. Knowledge of the Locality such as geological features, climatic 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 universities, 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 for this work are invited to submit one (1) completed Standard Form (SF) 330, Architect-Engineer Qualifications Parts I and II and one (1) SF 330 Part II for each firm that will be part of the team, 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 Maricela Zamora at 213-452-3250 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. Call the ACASS Center at 503-808-4591 to obtain a number. The SF 330 Part I shall not exceed 70 pages (8.5 inches x 11 inches), including no more than 10 pages for Section H. Each side of paper is a page. Use no smaller than 12 font type. In 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.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c57a85e2539b1ad60c00b950787f1873&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
SN01722236-W 20081221/081219215733-c57a85e2539b1ad60c00b950787f1873 (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.