SOLICITATION NOTICE
C -- INDEFINITE DELIVERY ORDER CONTRACT FOR CIVIL ENGINEERING FOR CIVIL WORKS PROJECTS, TO INCLUDE WORK IN OTHER CORPS PROGRAMS, AT VARIOUS LOCATIONS PRIMARILY IN THE LOS ANGELES DISTRICT, BUT MAY ALSO BE USED WITHIN SOUTH PACIFIC DIVISION
- Notice Date
- 6/23/2014
- Notice Type
- Presolicitation
- 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-14-R-0044
- Response Due
- 7/24/2014
- Archive Date
- 8/23/2014
- Point of Contact
- Lubna (Lulu) Khilfeh, 213-452-3308
- E-Mail Address
-
USACE District, Los Angeles
(lubna.y.khilfeh@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E 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 primarily of civil engineering for civil works projects, but may include work in other Corps programs, at various locations primarily in the Los Angeles District, but may also be used within South Pacific Division (SPD). This solicitation is 100% set-aside for Small Business. Only Small businesses will be considered for award. To be eligible for contract award, a firm must be registered in the System for Award Management (SAM) and must be small business under The North American Industry Classification System (NAICS) code for this action 541330, Engineering Services. SAM can be accessed via the Internet site at https://www.sam.gov/ There will be one (1) indefinite delivery contract for Architect-Engineer (A-E) services. The contract is for sixty (60) month period or until the not-to-exceed amount of $5,000,000.00 has been met, whichever occurs first. Work will be issued by negotiated firm-fixed price task orders. The estimated contract start date is September 2014 for a period of sixty (60) months (through September 2019). Work is subject to availability of funds. Estimated construction cost is not applicable. 2. PROJECT INFORMATION: The work and services will consist primarily of preparation of design analyses and reports; plans and specifications for flood control, coastal, environmental restoration, and sustainable engineering design projects. The contractor may conduct field investigations and will provide engineering services in the areas of hydraulics, geotech, civil, structural, mechanical, electrical, landscape architecture, analysis and cost estimating, and value engineering. Construction cost estimates must be performed using M2 and be in the civil works breakdown format structure. The contractor will be required to acquire the necessary software and training from the vendor. Relevant M2 databases will be furnished by the Los Angeles District. The firm selected for this contract will be expected to submit an overall quality assurance plan, and a quality control plan for each task order. These plans must be adhered to during the work and services required under the contact. In Section H of the SF 330 describe the firm's overall Design Quality Management Plan (DQMP). The plan must be approved by the Government as a condition of contract award, but is not required with this submission. 3. SELECTION INFORMATION: The selection criteria are listed below in descending order of importance. Criteria a-e are primary. Criteria f-g are secondary and will only be used as tie-breakers among firms that are essentially technically equal: a. Specialized Experience and Technical Competence in: (1) Previous plans and specifications for flood control projects, including dams, levees, channels and other flood conveyances using Corps of Engineers regulations; (2) Preparation of engineering reports and design documentation reports; (3) Designing flood control projects in urban areas; (4) Preparing engineering reports and contract drawings in a format compatible with Microstation; (5) Preparation of preliminary and final cost estimates using M2 (in the civil works breakdown structure); (6) Experience using the Dr. Checks system for managing review comments; and (7) Experience using SpecsIntact for preparing standardized facility construction specifications. b. Professional Qualifications in the following key disciplines: (1) Civil Engineering; (2) Structural Engineering; and (3) Cost Estimating. Supporting (subcontractors, if required) disciplines will include hydrology and hydraulics, geotech, landscape architecture, coastal engineering, geology, electrical and mechanical engineering and Value Engineering. c. Past Performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. d. Capacity to accomplish multiple task orders simultaneously, and to execute $2M in a one-year period. 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 to the location of the project(s) primarily in the Los Angeles District, but within the SPD Geographic Area. g. Volume of similar DoD contract awards in the last 12 months. 4. SUBMISSION REQUIREMENTS: Interested A-E firms having the capabilities for this work are invited to submit an electronic mail copy (e-mail), using a searchable quote mark.pdf quote mark format, of the completed Standard Form (SF) 330, Architect-Engineer Qualifications Parts I and II AND an electronic mail copy of the SF 330 Part II for each firm that will be part of the team not later than 4:00 PM PST on the response date indicated above to the following e-mail address: Lubna.Y.Khilfeh@usace.army.mil and Michael.G.Robinson@usace.army.mil. Lengthy cover letter 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 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. The SF 330 Part I shall not exceed 70 pages (8.5 inches x 11 inches if printed), 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. 5. Antiterrorism/Operations Security AT Level I Training: All contractor employees, to include subcontractor employees, requiring access to Army installations, facilities, controlled access areas, or require network access, shall complete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. Upon request, the contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer (if a COR is not assigned), within 5 calendar days after completion of training by all employees and subcontractor personnel. AT Level I awareness training is available at the following website: https://atlevel1.dtic.mil/at/; or it can be provided by the RA ATO in presentation form which will be documented via memorandum. Access and General Protection/Security Policy and Procedures: All contractor and all associated sub-contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks or background investigation and to meet installation/facility access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any installation or facility change, the Government may require changes in contractor security matters or processes. Suspicious Activity Reporting Training (e.g. iWATCH, CorpsWatch, or See Something, Say Something): This standard language is for contractor employees with an area of performance within an Army controlled installation, facility or area. Proposed language: quote mark The contractor and all associated sub-contractors shall receive a brief/training (provided by the RA) on the local suspicious activity reporting program. This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the project manager, security representative or law enforcement entity. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance with the results reported to the COR NLT 5 calendar days after the completion of the training. quote mark Pre-screen candidates using E-Verify Program: quote mark The Contractor must pre-screen Candidates using the E-verify Program (http://www.uscis.gov/e-verify) website to meet the established employment eligibility requirements. The Vendor must ensure that the Candidate has two valid forms of Government issued identification prior to enrollment to ensure the correct information is entered into the E-verify system. An initial list of verified/eligible Candidates must be provided to the COR no later than 3 business days after the initial contract award. quote mark
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-14-R-0044/listing.html)
- Place of Performance
- Address: USACE District, Los Angeles 915 Wilshire Boulevard, Suite 1100 Los Angeles CA
- Zip Code: 90017-2645
- Zip Code: 90017-2645
- Record
- SN03402604-W 20140625/140623234203-be32ce373bfcc1bff9b4fb546e5c1fc7 (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 |