Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2010 FBO #3108
SOLICITATION NOTICE

C -- IDIQ for Planning and Civil Engineering for Civil Works Projects at Various Locations in the Los Angeles District, South Pacific Division.

Notice Date
5/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
W912PL-10-R-0033
 
Response Due
6/28/2010
 
Archive Date
8/27/2010
 
Point of Contact
Sandy Oquita, (213)452-3249
 
E-Mail Address
USACE District, Los Angeles
(Sandra.Oquita@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 1.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 Planning and Civil Engineering for Civil Works Projects at Various Locations in the Los Angeles District, South Pacific Division. 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 requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for this contract are that a minimum of 71% of the contractors intended subcontract amount will be placed with small businesses (SB), including small disadvantaged businesses (SDB), 10.2%, woman-owned small businesses (WOB) 10.6%, HUB Zone 3% and Service-Disabled Veteran-Owned Small Businesses 3%. The plan is not required with this submittal. 2. There will be four (4) indefinite delivery contracts for Architect-Engineer (A-E) services. The contract is for sixty (60) month period or until the not-to-exceed amount of $9,800,000.00 has been met, whichever occurs first. Work will be issued by negotiated firm-fixed price task orders. The estimated contract start date is August 2010 for a period of sixty (60) months (through August 2015). 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 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 protection, environmental enhancement, and survey and mapping services. Each task order when applicable shall be supported by Microsoft Project Planning Software or equivalent and by Intergraph Computed Aided Drafting and Design (CADD) system or compatible. Contractor shall acquire the current Micro-computer Aided Cost Estimating System (MCACES) 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 assurance 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. Professional Qualifications. Qualified Professional Personnel in the following key disciplines: (1) Water Resources Planning; (2) Ecosystem Restoration Planning; (3) Civil Engineering; (4) Hydraulic Engineering; (5) Hydrology; (6) Environmental Engineering; (7) Community/Urban Planning; (8) Economic; (9) Structural Engineering; and (10) Sanitary Engineering. Supporting (subcontractors, if required) disciplines will include Geology, Landscape Architecture, Archeology/Anthropology Fishery and Wildfire Biology/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 environmental impact statements/analyses for reconnaissance and feasibility level water resources studies, such as flood risk management (flood control), ecosystem restoration, flood plain management, water supply and distribution, water quality control, groundwater and wastewater treatment, seismic evaluation of infrastructure, surveying and mapping services, fish and wildlife habitat conservation, outdoor recreation, hydropower, and streamback protection; (2) Corps of Engineers plan formulation of flood risk management, environmental restoration, watershed planning, and water supply and water quality projects; (3) Habitat evaluation procedures/methods; (4) 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); (5) Hydraulic analysis of water supply system; (6) Water quality analysis, wastewater collection and treatment; (7) Surveying and mapping; (8) Geospatial Information System (GIS); (9) Applicable Federal and State (California, Nevada, Arizona, and Utah) environmental laws and regulations; (10) Water rights, water quality standards, and other regulatory requirements, and (11) Supporting knowledge of and experience in; (a) nonstructural plan development including flood warning systems, relocation, and flood proofing; (b) public involvement and consensus based procedures; (c) critical path scheduling experience in Microsoft project planning software or compatible is preferable; (d) GIS or automated cartographic services; (e) Intergraph CADD system or compatible and Automated Review Management System capability; and (f) preparation of preliminary and final cost estimates using MCACES in the appropriate breakdown structure. C. Capacity to perform two $250,000 task orders in a 90 day period. 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. 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. H. Volume of DOD contract awards in the last 12 months. All firms that submit an SF 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 Selection 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 shall be IAW Department of Defense policy of effecting an equitable distribution of contracts among qualified Architect-Engineer firms including Small, Disadvantaged Owned 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 Angeles 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. 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 work. The plan must be prepared and approved by the Government, as a condition of contract award, but is not required with this submission. 4. SUBMISSION REQUIREMENTS: Interested AE firms having the capabilities for this work are invited to submit one 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-E, Room 1101, Los Angeles, California 90017. To hand carry a submittal, arrangements must be made through Otse Adikhai (213) 452-3248 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, East Region Branch: Otse Adikhai, Contract Specialist at 213 452 3248. Technical Information, Ed Demesa, Chief, Plan Formulation Branch at (213) 452-3820.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-10-R-0033/listing.html)
 
Place of Performance
Address: USACE District, Los Angeles P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
 
Record
SN02161823-W 20100529/100527234828-ede39a0dbb82c01fd65c0c1f4cadf9ee (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.