Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2009 FBO #2732
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY ORDER CONTRACT FOR CIVIL ENGINEERING, INCLUDING GEOTECHNICAL AND ENVIRONMENTAL ENGINEERING FOR CIVIL WORKS PROJECTS AT VARIOUS LOCATIONS IN THE LOS ANGELES DISTRICT AND SOUTH PACIFIC DIVISION

Notice Date
5/18/2009
 
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-0026
 
Response Due
6/16/2009
 
Archive Date
8/15/2009
 
Point of Contact
Maricela Zamora, 213-452-3250<br />
 
E-Mail Address
US Army Corps Of Engineers, Los Angeles
(maricella.a.zamora@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks AE 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 of civil engineering, including geotechnical and environmental engineering for Civil Works Projects at Various Locations in the Los Angeles District and 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) service. 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 August 2009 for a period of sixty (60) months (through August 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. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service contract Act, as determined relative to the employees office location (not the location of the work). 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://ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. 2. PROJECT INFORMATION: The work and services shall primarily consist of engineering and design for coastal and inland flood control projects. Typical studies include field investigations, evaluations of data and complex geotechnical foundation conditions including liquefaction potential, seismic evaluation of large dams, development of earthquake ground motions and seismic analyses parameters, inspection and evaluation of levee systems, Hazardous and Toxic Waste expertise, ground water studies, modeling and dewatering designs, soil and rock slope stability, and pond liners for ecosystem restoration. Studies will also include soil-structure interaction, bridge, building, retaining wall and tower foundation design, flexible and rigid pavement design, hydraulic fracturing evaluations, geologic studies, fissure and faulting studies, seepage analysis for dams and levees, concrete, roller compacted concrete and soil cement slope protection designs, forensic geotechnical and materials engineering evaluations, earthfill and materials construction engineering consultation and testing, and offshore geotechnical investigations and designs for dredged channels, breakwaters, seawalls, beach replenishment and confined dredged materials. The firm will have the capacity to perform offshore vibracore drilling and sampling, geophysical testing and interpretations, geotechnical sampling and testing for hazardous wastes and materials and for coarse-grained soils for large dams. A small portion of geotechnical/environmental work is anticipated for military projects. The Government will provide fully defined requirements for each Task Order which may include one or more of the following: performance-based specifications, conceptual drawings and specifications, and MicroStation-generated drawings. The contractor may be required to participate in the development of the final scope of work for individual task orders and be required to provide incidental technical or engineering services such as laboratory and quality assurance testing for rock, soil and concrete materials, detailed drawings generated in MicroStation, work plans, health site and safety plans, surveying, and other submittals in support of investigations, design and construction. The firm selected for this contract 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. In Block 10 of the SF 255 describe the firms Design Quality Control Plan (DQCP), including Design Quality Assurance Plan (DQAP) of subcontractor(s) work. The plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. 3. SELECTION INFORMATION: Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location or firm, specialized technical expertise or other requirements listed. Following initial evaluation of the qualifications and performance data submitted, three or more firms that are considered to be the most highly qualified to provide the type of services required, will be chosen for negotiations. Selection of firms for negotiation shall be made through an order of preference based on demonstration competence and qualifications necessary for the satisfactory performance of the type of professional services required. The selection criteria are listed below in descending order of importance. Criteria A through E are primary. Criteria F through G are secondary and will only be used as tie-breakers among technically equal firms: A. Professional qualifications: Personnel qualified in civil engineering with specialized qualifications that include recent knowledge and experience: (1) Geotechnical Engineering, to include civil engineers, geologists and soils and materials engineers experienced in geotechnical engineering. (2) Environmental Engineering. Supporting disciplines will include: (1) Geology. (2) Chemistry. B. Specialized experience and technical competence in: (1) geotechnical engineering, (2) geology, (3) ground water, (4) seismology, (5) rock mechanics, (6) geophysical exploration, (7) drilling, (8) trenching and material sampling, (9) hazardous and toxic waste evaluation. Preparation of CERCLA corrective action studies, to include drilling, sampling and installing shallow and deep groundwater wells, performing long term monitoring and groundwater well pumping tests, and drilling and sampling soils and soil vapor, to include all phases of CERCLA SI, RI/FS, and RDchemistry for Hazardous and Toxic Waste and geochemistry, (10) materials engineering, particularly concrete, roller compacted concrete, and soil cement. C. Capacity to accomplish multiple task orders and complete all work within periods of service designated for each task order. 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. Volume of DOD contract awards in the last 12 months. 4. SUBMISSION REQUIREMENTS: Interested AE firms having the capabilities for this work are invited to submit one (1) completed Standard Form 330, dated 6/2004, Architect Engineer Qualifications Parts I and II and one (1) SF330 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 1400, 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 presentation 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 DUNS number of the office that will perform the work The SF330 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. Point of Contact: Contracting Division, West Region Branch: Maricela Zamora at 213 452 3250, Technical Information, James Farley at (213) 452-3576.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-09-R-0026/listing.html)
 
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
SN01821484-W 20090520/090518235401-b270a4f343ef4f616e24b89f3187ca09 (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.