SOLICITATION NOTICE
C -- Civil Engineering and Planning Services for Civil Works Projects at Various Locations within the Los Angeles District and South Pacific Division and SPD Wide
- Notice Date
- 2/4/2004
- 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-0009
- Response Due
- 3/5/2004
- Archive Date
- 5/4/2004
- 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
- 1. CONTRACT INFORMATION: Planning Services (Brooks A-E Act, PL 92-582) for INDEFINATE DELIVERY CONTRACTS FOR A ONE-YEAR PERIOD WITH EMPHASIS ON CIVIL ENGINEERING AND PLANNING SERVICES FOR CIVIL WORKS PROJECTS AT VARIOUS LOCATIONS WITHIN THE LOS ANG ELES DISTRICT AND SOUTH PACIFIC DIVISION AND SPD WIDE (BLOCK 1 OF SF 255). This solicitation is 100% set-aside for Small Business. Only Small Businesses will be considered for the award. This announcement is open to all small businesses. The NAICS Code for this procurement 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 deli very contracts for Civil Engineering and Planning services. The top ranked firms will be awarded the contracts. This A-E IDC shall not exceed $5,000,000.00. Yearly cumulative amount of individual task orders not to exceed $1,000,000.00. The contract wi ll include a base period with options for extension for four years, with the additional amount for each option period not to exceed $1,000,000.00. The estimated contract start date for the first year is May 2004 for a period of 12 months (through May 200 5). Work is subject to availability of funds. Estimated construction cost is not applicable. 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 contractor ineligible for award. To register online, visit the CRR homepage at: http://ccr.gov/. 2. PROJECT INFORMATION: The work and services shall consist of preparing reports and environmental impact statements for reconnaissance and feasibility level water resources civil works studies and projects. Typical civil works projects and studies encom pass flood control, coastal protection, watershed management, ecosystem restoration, water quality, groundwater and wastewater, surveying and mapping services, fish and wildlife habitat conservation, outdoor recreation, and streambank erosion protection. E nvironmental impact statements and surveying and mapping services shall average a total of about twenty (20%) of work under this contract. Each task order planning or design process shall be supported 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 Estimating System (MCACES), Microstation compatible Computer Aided Design and Drafting (CADD) with the current Tri-Services A/E/C CADD standards, and have the ability to provide map data and conduct numerical forcing analyses through hydrodynamic and sediment transport computer modeling with output linked to GIS ArcInfo/A rcView based analytical tools for the purpose of predicting future damages and resource changes. The firms selected for these contracts will be expected to submit a quality control/quality assurance plan and to adhere to it during the work and services req uired under the contract. 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 c ontract award, but are not required with this submission. 3. SELECTION REQUIREMENTS: The selection criteria are listed below in descending order of importance. Criteria ??????a?????? through ??????e?????? are primary. Criteria ??????f?????? through ??????h?????? are secondary and will only be used as ??????tie- breakers??????, if necessary, in ranking the most highly qualified firms. An * marks the secondary factors. a. Extent of Experience and Technical Competence Evaluation to consider experience and demonstrated competence in conducting a wide range of feasi bility studies following Corps of Engineers process, and other governmental or private feasibility processes. The evaluation will consider experience and competence on traditional Corps studies as well as special types of studies as listed below: (1) Pre paring plan formulation reports and environmental impact statements for reconnaissance and feasibility level water resource studies such as flood control, coastal protection, watershed planning, ecosystem restoration, water quality control, groundwater and wastewater treatment, fish and wildlife habitat conservation, outdoor recreation, hydropower, and streambank erosion protection, (2) Hydrologic and hydraulic (open channel) analyses with expertise in desert flood control and alluvial fans (flash flood, s hort duration, high peak sheet flows and sediment transport analysis), (3) Ecosystem restoration in urbanized stream corridors, (4) Habitat evaluation procedures and incremental cost analysis, (5) Economic analyses (National Economic Development (NED) Criteria) and National Ecosystem Restoration Plan (NER) Criteria, (6) Wastewater collection and treatment, (7) Applicable Federal and State (California, Nevada, Arizona and Utah) environmental laws and regulations, (8) Uncertainty and risk assessment as applied to plan formulation and analysis, hydrology, hydraulics, and economics, (9) Water rights, water quality standards including application of the Clean Water Act, and other regulatory requirement, (10) Surveying and mapping, (11) GIS/geospatial an alysis (including ArcInfo), and (12) Supporting knowledge of and experience in: (a) Public involvement and consensus based procedures, (b) Critical path scheduling experience in Microsoft project planning software or compatible, (c) Intergraph CADD sy stem or compatible and Automated review Management System capability, (d) Preparation of preliminary and final cost estimates using MCACES Gold in the appropriate breakdown structures, and (e) Nonstructural plan development including flood warning syste ms, relocation, flood proofing, and best management practices. b. Professional Qualifications of management and technical personnel in the following key disciplines: water resources, civil engineer, hydraulic engineer, hydrology, environmental engineering, community/urban planning, economics, and fishery and wildlife biology, and in the secondary disciplines of geology, landscape architecture, archeology/anthropology, land surveying, cartography, and GIS specialist. Include a project-specific Organizationa l Chart identifying key project personnel by name and title. ???? Include qualifications and resumes of all key personnel listed on the Organizational Chart: a. Pertinent experience, including title or duties on similar projects. b. Statement of California Professional Engineering registration c. Academic Credentials. d. Membership in and certification by professional societies or other organizations. The evaluation will consider the experience of the firm and any consultants in similar size projects and th e availability of an adequate number of personnel in key disciplines. c. Past Performance on DoD and other contracts with respect to cost control, quality of work and services and compliance with performance schedules. d. Capacity. Ability to perform simul taneously, one or more task orders in various locations. Each task order may be in the range of $100,000.00 to $500,000.00. e. Knowledge of the locality such as geological features, climatic conditions, local material resources, and local industry standard construction methods. *f. 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. *g. Geographic proximity (physical locat ion) of the firm in relation to the location of project(s). *h. Volume of DoD contracts awards in the last 12 months, with the objective of effecting an equitab le distribution of DoD A-E contracts among qualified firms including SB and SDB. All submittals should specifically identify in the appropriate portions of the SF 255 all proposed small disadvantaged firm participation in the proposed activity. The Los Ang eles 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) 254 and 255, revised editions dated November 1992, Planner-Engineer and Related Services Questionnaires for th e prime and one (1) SF 254 for each subcontractor/consultant, by addressing a transmittal letter to the office shown. Lengthy cover letters and generic corporation brochures, or other presentations (such as BINDING of SF 254 and 255) beyond those to suffic iently present a complete and effective response are not desired. Phone calls and personal visits are discouraged. Response to this notice must be received within thirty (30) calendar days from the date of issuance of this synopsis. If the 30th day is a we ekend 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 36. Call the ACASS Center at 503-808-4591 to obtain a number. No other general notificati on will be made for this work. Solicitation packages are not provided for A-E contracts. Firms desiring consideration shall submit appropriate data.
- Place of Performance
- Address: US Army Corps Of Engineers, Los Angeles P.O. Box 532711, Los Angeles CA
- Zip Code: 90053-2325
- Country: US
- Zip Code: 90053-2325
- Record
- SN00515826-W 20040206/040204212510 (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 |