Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2004 FBO #0807
MODIFICATION

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
2/10/2004
 
Notice Type
Modification
 
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
Diane Watkins, (213)452-3251
 
E-Mail Address
Email your questions to US Army Corps Of Engineers, Los Angeles
(dwatkins@spl.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The following section 3. SELECTION REQUIREMENTS of this synopsis is re-published due a formatting error that caused characters to appear in the text of the original synopsis, i.e. extra question marks. No part of the section's context is changed. 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 qua lified 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 feasibility studies following Corps of Engineers process, and oth er 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) Preparing plan formulation reports and environmental impact sta tements 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 conservatio n, 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, short 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) Cri teria, (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, hydrau lics, 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 analysis (including ArcInfo), and (12) Supporting knowledge o f 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 system or compatible and Automated review Management System ca pability, (d) Preparation of preliminary and final cost estimates using MCACES Gold in the appropriate breakdown structures, and (e) Nonstructural plan development including flood warning systems, relocation, flood proofing, and best management practice s. 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 wildli fe biology, and in the secondary disciplines of geology, landscape architecture, archeology/anthropology, land surveying, cartography, and GIS specialist. Include a project-specific Organizational 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 the availability of an adequate number of personnel in key discipli nes. c. Past Performance on DoD and other contracts with respect to cost control, quality of work and services and compliance with performance schedules. d. Ca pacity. Ability to perform simultaneously, 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 resour ces, 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. Geog raphic proximity (physical location) 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 equitable distribution of DoD A-E contracts among qualified firms inclu ding 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 Angeles District and Minority Business Development Agency are worki ng with local Business Development Centers (BDCs) to provide assistance to Small Disadvantaged Business Concerns to participate in Government contracts.
 
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
SN00519804-W 20040212/040210212438 (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.