SOLICITATION NOTICE
C -- Civil Engineering and Planning Services For Civil Works Projects for Los Angeles District to Include South Pacific Division.
- Notice Date
- 4/20/2006
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- 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-06-R-0018
- Response Due
- 5/24/2006
- Archive Date
- 7/23/2006
- Small Business Set-Aside
- N/A
- Description
- POC Tina A. Frazier, (213) 452-3252 Technical Information, Ed Demesa, (213) 452-3820 DESC: 1. CONTRACT INFORMATION: Planning Services (Brooks A-E Act, PL 92-582) for two (2) Indefinite Delivery Contracts in support of Engineering and Planning Services for Civil Works Projects primarily at Various Locations in the Los Angeles District ( Southern California, Arizona, Southern Nevada, Southern Utah including South Pacific Division (SPD) Area of Responsibility). The Majority of the work and services will be for Civil works projects however there will be a smaller portion of the work and services that will be in support of Military projects. The NAIC S code for this procurement is 541330. The FSC code for this procurement is C211. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirem ent for a subcontracting plan on that part of the work it intends to subcontract. The Small Business subcontracting goals for these contracts are a minimum of 51.2% of the contractors intended subcontracting opportunities. The referenced subcontracting goals will be placed with Small Businesses (SB), including Small Disadvantaged Businesses (SBD) 8.8%, Woman-Owned Businesses (WOB) 7.3%, Hubzone Businesses 3.1% and Service Disabled Veteran-Owned Small Business 1.5%. The plan is not required with this sub mittal. It is anticipated that there will be two (2) Indefinite Delivery Contract awards for Architect-Engineer (A-E) services. The top rated firm will be awarded the first contract. Yearly cumulative amount of individual task orders per contract is not to exceed $1,000,000.00. The contract will in clude an option to extend for a second and third year with additional amount for each optional year not to exceed $1,000,000.00. The estimated contract start date is July 2006 for a period of 12 months. Work is subject to availability of funds. Contrac tor must be registered in the Central Contractor Registration (CCR) database, prior to award of contract. Lack of registration in the CCR database will make offered ineligible for award. To register online, visit the CRR homepage at: http://www.ccr.gov 2. PROJECT INFORMATION: The work and services may consist of reconnaissance and feasibility level water resources civil works studies and projects. Typical civil works projects and studies encompass flood control, flood plain management, water supply and distribution, water quality control, groundwater and wastewater treatment, seismic evaluation of infrastructure, restoration of ecosystem, fish and wildlife habitat conservation, outdoor recreation, hydropower, streambank erosion protection and environmen tal and survey and mapping services. Each task order when applicable shall be supported by Microsoft Project Planning Software, Version 4.0 or equivalent and by Intergraph Computed Aided Drafting and Design (CADD) system or compatible. Contractor shall ac quire the Micro-computer Aided Cost Estimating System (MCACES) Gold software and related training from commercial sources for use in this contract when necessary. The firm selected for these contracts will be expected to submit a quality control/quality as surance plan and to adhere to it during the work and services required under the contract. The plan must be prepared and approved by the Government as a condition of contract award, but it is not required for this submission. 3. SELECTION INFORMATION: The selection criteria are listed below in descending order of importance. Criteria A through E are primary. Criteria f. through h. is secondary and will be used as tie-breakers among technically equal firms: A. Professio nal Qualifications. Qualified Professional Personnel in the following key disciplines: (1) Water Resources Planning; (2) Civil Engineering; (3) Hydraulic Engineering; (4) Hydrology; (5) Environmental Engineering; (6) Community/Urban Planning; (7) Economic; (8) Structural Engineering; and (9) Sanitary Engineering. Supporting (subcontractors, if required) disciplines will include Geology, Landscape Architecture, Archeology/Anthropology Fishery and Wildfire Biolo gy/Ecology, Land Surveying, and Cartography. The evaluation will consider relevant experience, education, training, overall experience and longevity with the firm. B. Specialized Experience and Technical Competence: (1) Preparing feasibility type reports and a environmental impact statements for reconnaissance and feasibility level water resources studies, such as flood control, flood plain management, water supply and distribution, water quality control, groundwater and wastewater treatment, seismic eval uation of infrastructure, surveying and mapping services, fish and wildlife habitat conservation, outdoor recreation, hydropower, and streamback erosion protection; (2) Corps of Engineers plan formulation of flood control environmental restoration, water shed planning and water supply and water quality projects; (3) 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); (4) Hydraulic analysis of water supply system, including storage requirements, fire flow requirements and emergency reservoir storage requirements; (5) Seismic risk assessment of municipal water supply system and emergency planning; (6) Water quality a nalysis, wastewater collection and treatment; (7) Surveying and mapping; (8) Habitat evaluation procedures; (9) Applicable Federal and State (California, Nevada, Arizona, and Utah) environmental laws and regulations; (10) Water rights, water quality st andards, and other regulatory requirements, and (11) 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 is prefer able; geographic information systems and other automated cartographic services; (e) Intergraph CADD system or compatible and Automated Review Management System capability; (f) preparation of preliminary and final cost estimates using MCACES Gold in the appropriate breakdown structure; (g) nonstructural plan development including flood warning systems, relocation, and flood proofing. C. Capacity to perform two $250,000 task orders in a 90 day period. This evaluation will consider the experience of th e firm 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 schedu les. 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. Extent of p articipation of SB, SDB, historically Black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. H. Volume of DOD contract awards in the last 12. All firms that submit an S F 330 shall be notified in writing acknowledging receipt of their response. The firms which are not recommended by the Pre-Selections Board to the Selection Board for further consideration shall also be notified in writing. The firms which are considered by the Section Board but are not ranked for negotiation shall be notified in writing. The firms which are ranked for negotiation but are not selected for an award shall also be notified in writing after the award of the contract. The contract award shal l be Department of Defense policy of effecting an equitable distribution of contracts among qualified Architect-Engineer firms including Small, Disadvantaged Ow ned Firms and firms that have not had prior DOD contracts, qualified Small Disadvantaged Firms will receive consideration during selection and all other selection evaluation criteria being equal, also participation in joint venture may become a determining factor for selection, Therefore, all offered submittals should specifically identify in the appropriate portions of the SF330 all proposed Small Disadvantaged Firm participation in the proposed activity to be accomplished by the contractor. The Los An geles District and Minority Business Development Agency are working with local business Development Centers (BDCs) to provide assistance to Small Disadvantaged Business Concerns to participate in Government Contract. 4. SUBMISSION REQUIREMENTS: Interested A-E firms having the capabilities for this work and services are invited to submit one (1) completed Standard Form (SF) 330 Title: Architect-Engineer Qualifications to the U.S. Army Corps of Engineers, Los Angeles District, P.O. Box 532711, Los Angeles, CA 90053-2325, ATTN: Ms. Tina A Frazier. Lengthy covers letters 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 a re 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 t he ACASS number of the office that will do the work in Part I, Section C of Standard Form 330. Call the ACASS center at (503) 808-4594 to obtain a number. No other general notification will be made of this work and services. Solicitation packages are n ot provided for A-E contracts. Firms desiring consideration shall submit appropriate data. An important notice to all potential offerors: The U.S. Army Corps of Engineers, Los Angeles, has implemented a new procedure for posting solicitations. On 15 February 2006, the Electronic Bid Solicitations (EBS) system will no longer be used to post soli citations. Future solicitations will be posted on a secure Government website known as FedTeDS. Access to the solicitation documents on the FedTeDS website will be via a hyperlink. The hyperlink on the notice for this acquisition posted on the FedBizOpps (FBO) website (www.fbo.gov). The hyper-link will not appear as a website address, but as text as follows: Technical Data Package (TDP) 01. Viewing/downloading documents from FedTeDS will require prior registration in Central Contractor Registration (www. ccr.gov). If you are a first-time FedTeDS user, you will also be required to register in FedTeDS (www.fedteds.gov) before accessing the solicitation documents. To register, click on the Register with FedTeDS hyperlink, then select the Begin Vendor/Contra ctor Registration Process option. The following information will be required: Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN); DUNS Number or CAGE Code; Telephone Number; and E-Mail Address. Once registered with FedT eDS, interested parties will then be able to utilize the posted hyperlink to log in and access the solicitation documents. Important Note: Solicitation documents can be accessed ONLY by using the hyperlink available on FBO. FedTeDS is not searchable by any other means. Please note that ALL firms who want to access the solicitation , both prospective primes and subs will be required to be registered with FedTeDS and therefore must be CCR-registered, have a MPIN, and either a DUNS number or CAGE code. F or further information, please click on the links on the FedTeDS homepage to FAQs, the Vendor User Guide, and FedTeDS Help. For additional assistance with the FedTeDS website, please contact the Ogden Electronic Business (EB) Operations Support Team (OST) at 866-618-5988 (toll free), 801-605-7095, or cscassig@ogden.di sa.mil (Subject: FedTeDS Assistance). IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK FEDTEDS FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION. Point of Contact: Contract Specialist - Tina A. Frazier - 213.452.3252 Email your questions to US Army Engineer District, Los Angeles District, to tina.a.frazier@usace.army.mil
- 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
- SN01032039-W 20060422/060420221823 (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 |