Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2003 FBO #0703
SOLICITATION NOTICE

C -- Civil (Coastal) Engineering for Civil Works Projects

Notice Date
10/29/2003
 
Notice Type
Solicitation Notice
 
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-04-R-0002
 
Response Due
12/1/2003
 
Archive Date
1/30/2004
 
Point of Contact
Sandy Oquita, (213)452-3249
 
E-Mail Address
Email your questions to US Army Corps Of Engineers, Los Angeles
(soquita@spl.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA 1. CONTRACT INFORMATION: Planning Services (Brooks A-E Act, PL 92-582) for Indefinite Delivery Contract for a five-year period with emphasis on Civil (Coastal) Engineering and Planning for Civil Works Projects along the shorelines of the United States and Mexico, with geographic predominance placed on the California coastline (BLOCK 1 of SF 255). This solicitation is 100% set-aside for Small Business(reference Note No.1). Only Small Businesses will be considered for the award. The NAICS Code for this pro curement is 541330. The majority of the work and services will be for Civil works projects. However, there may be a smaller portion of the work and services for military and support for others projects. There will be two (2) indefinite delivery contract s for Architect-Engineer (A-E) services. The two top ranked firms will be awarded the contracts. Yearly cumulative amount of individual task orders per contract not to exceed $1,000,000.00. If the contract amount for the base year period or any preceding option year periods has been exhausted or nearly exhausted the Government has the option to exercise contract option years before the expiration of the base year period or preceding option year periods. The estimated contract start date is January 2004 for a period of Base Year plus four (4) option years (through January 2009). Work is subject to availability of funds. Estimated construction cost is not applicable. 2.PROJECT INFORMATION: The work and services shall consist of planning and formulating coastal resources related Reconnaissance and Feasibility studies. Typical studies encompass navigation, storm induced waves and hurricane shore protection, coastal aqua tic ecosystem restoration and enhancement, coastal flood plain management, and a multitude of other complex coastal resources study and engineering activities. The firm selected for this contract will be expected to submit a design quality control/design q uality assurance plan and to adhere to the plan during the work and services under this contract. The selected firm shall also have the capability of accomplishing a minimum of 50% of the total required work. Each task order design process shall be support ed by either GANTT type bar chart or/and CPM type network diagram and design cost estimate. Contractor shall be required to utilize Microsoft Project to construct GANTT and/or CPM diagrams, the US Army Corps of Engineers Micro-Computer Aided Cost Estimatin g System (MCACES), Microstation compatible Computer Aided Design and Drafting (CADD) to the current Tri-Services A/E/C CADD standards, and the ability to provide map data and conduct numerical forcing analyses through hydrodynamic and sediment transport co mputer modeling with output linked to GIS ArcInfo/ArcView based analytical tools for the purpose of predicting future damages and resource changes. The selected firm will have capacity to acquire oceanographic field data, through means such as vibratory co re sediment sampling, grab sediment sampling and rotary wash sediment coring, side-scan sonar and multi-beam bathymetry, beach profiles, magnetometer, sediment profile images, etc. In Block 10 of the SF 255 describe the firm's Design Quality Control Plan ( DQCP), including Design Quality Assurance Plan (DQAP) of subcontractor(s). The plans must be prepared, and approved by the Government, as a condition of contract award, but are not required with this submission. 3. SELECTION INFORMATION: See Note 24 for general selection process. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria (a) through (f) are primary. Criteria (g) thr ough (j) are secondary and will only be used as tie-breakers among technically equal firms. a. Primary Specialized Experience and Technical Competence in: (1)Plan formulation; (2) Coastal processes studies; (3) Coastal engineering; (4) Numerical modeling c apabilities; (5) Coastal fie ld data collection, processing and analyzing: topographic and bathymetric data, subaqueous sediment samples and other subsurface data, water column samples, and wave and current data;(6) Economic analysis of navigation and storm damage protection projects; (7) CADD, Digital Terrain Mapping, GIS ArcInfo mapping, engineering drawings; (8) Simulation of Coastal-Hydraulics processes multi-dimensional models with output linked to ESRI geospatial analytical tools for predicting damages and resource changes; (9) P reparation of preliminary and final project cost estimates; (10) Preparation of reconnaissance and feasibility study reports. b. Primary Professional Qualifications: Qualified personnel with recent knowledge and experience in (1) Coastal planning and engin eering; (2) Coastal Navigation, Recreation and Storm Damage Economics; (3) Marine Geology; and (4) Geospatial Analysis. c. Past performance on DOD contracts and other contracts with respect to cost control, quality of work, and compliance with performance schedules. d. Capacity to accomplish the work in the required time and the availability of an adequate number of personnel in key disciplines. e. Knowledge of the California coastal locality such as geological features, climatic conditions, local materia l resources, and local construction methods. f. Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. g. Volume of DOD c ontract awards in the last 12 months as described in Note 24. h. Geographic proximity (physical location) of the firm to the predominant geographic location (Southern California) of the project(s). i. Secondary Specialized Experience and Technical Compet ence in preparation of environmental assessments and environmental impact statements (including experience with NEPA requirements, habitat evaluation measures, and design of mitigation measures). j. Secondary Professional Qualifications: Qualified personn el with recent knowledge and experience in (1) Environmental impact analysis; (2) Marine biology; and (3) HEP Analysis. The firms which are not recommended by the Pre-Selection Board to the Selection Board for further consideration shall be notified by letter. The firms which were considered by the Selection Board but are not ranked for negotiation shall be notified by lett er. The firms which are ranked for negotiation but are not selected for an award will be notified after the award of the contract. The contract award shall be announced in the Fed Biz Ops. Consistent with the Department of Defense policy of effecting an eq uitable distribution of contracts among qualified Engineering 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 an d all other selection evaluation criteria being equal, may become a determining factor for selection. Also, participation of SB firm in a joint venture may become a determining factor for selection. Therefore, all offerors' submittal should specifically id entify in the appropriate portions of the SF 255 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 Disadvantage Business Concerns to participate in Government contracts. 4. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities for this work are invited to submit one (1) completed Standard Form (SF) 254 and 255, revised editions dated November 1992, Architect-Engineer and Related Services Ques tionnaires for the prime and one (1) SF 254 for each subcontractor/consultant, by addressing a transmittal letter to the office shown. Le ngthy cover letters and generic corporation brochures, or other presentations (such as BINDING of SF 254 and 255) beyond those sufficient to present a complete and effective response are not desired. Phone calls and personal visits are discouraged. Respons e to this notice must be received within thirty (30) calendar days from the date of issuance of this synopsis. If the thirtieth (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 3b. Call the ACASS Center at 503-326-3459 to obtain a number. No other general notification will be made of this work. Solicitation packages are not provided for A-E contracts. Firms desiring conside ration shall submit appropriate data as described in numbered Note 24. ***** PLEASE NOTE: ALL NUMBERED NOTES CAN BE FOUND IN THE BUYERS SECTION OF FED BIZ OPS.
 
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
SN00461564-W 20031031/031029213318 (fbodaily.com)
 
Source
FedBizOpps.gov 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.