Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2017 FBO #5566
MODIFICATION

C -- Coastal Planning and Civil (Coastal) Engineering for Civil Works projects

Notice Date
2/16/2017
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Los Angeles, 915 Wilshire Blvd, Suite 930, Los Angeles, California, 90017-3401, United States
 
ZIP Code
90017-3401
 
Solicitation Number
W912PL-17-S-0005
 
Archive Date
3/25/2017
 
Point of Contact
Valene Guillen, Phone: 2134523243, Christina M. Chavez, Phone: 2134523246
 
E-Mail Address
valene.guillen@usace.army.mil, christina.chavez@usace.army.mil
(valene.guillen@usace.army.mil, christina.chavez@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Sources Sought Notice to conduct Market Research for Coastal Planning and Civil (Coastal) Engineering for Civil Works projects and studies along the shorelines of the United States, with geographic predominance placed on the California Coastline The purpose of this notice is to gain knowledge of interest, capabilities, and qualifications of various members of the community of general contractors. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. No proposals are being requested or accepted with this notice THIS IS NOT A REQUEST FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. Description of Work: Planning Services with emphasis on Coastal Planning and Civil (Coastal) Engineering for Civil Works projects and studies along the shorelines of the United States, with geographic predominance placed on the California coastline. The majority of the work and services will be for Civil Works projects and studies, however, there may be a smaller portion of the work and services for military and support for others projects. The primary work and services shall consist of planning and formulating Feasibility studies. Typical studies encompass navigation, coastal storm damage reduction, and ecosystem restoration. Services required include project management, plan formulation, economic analysis (national and regional economic development benefits), environmental impacts analysis, the ability to provide map data and conduct numerical analyses through coastal/hydrology/hydraulic computer modeling with visualization output to GIS ArcView coverages, and the ability to acquire oceanographic field data, such as vibratory core sediment sampling, grab sediment sampling and rotary wash sediment coring, sediment physical and chemical analyses as well as bioassay testing, benthic habitat surveys and mapping using a variety of technologies including side-scan sonar, underwater cameras, divers, etc., sea grass surveying, transplant, and monitoring, surveying, and evaluating listed species in accordance with the Endangered Species Act and Marine Mammal Protection Act, single beam bathymetry, multi-beam bathymetry, wave and current measurements, side-scan sonar imagery, sub-bottom profiling, beach profiles, air criteria pollutant emissions estimates, noise impact evaluation, traffic (street and/or vessel) evaluation, surfing analyses, beach use assessment, water quality monitoring using electronic monitoring equipment as well as gram sampling techniques, etc. The results of the environmental impact analysis would be written into environmental impact assessment documents in accordance with the National Environmental Policy Act (NEPA) in the form of Environmental Impact Statement or Environmental Assessment and the California Environmental Quality Act (CEQA) in the form of Environmental Impact Report or Initial Study. Support will also be required preparing Coastal Consistency Determinations and presentation to the California Coastal Commission in public hearings, Clean Water Act Section 401 Water Quality Certification and presentation to the applicable Regional Water Quality Control Board, and support for a variety of public meetings. The location of this work is along the shorelines of the United States predominantly along the California Coastline. Estimated duration of this Indefinite Delivery Indefinite Quantity (IDIQ) is 5 Years. North American Industrial Classification System (NAICS) Codes applicable to IDIQ acquisition is 541310; $15.0M and the Small Business Size Standard for this acquisition is $15.0M. Under Federal Acquisition Regulation (FAR) guidelines FAR 52.219-14(c)(1) At least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Prior Government contract work is not required for submitting a response under this sources sought synopsis. All technical evaluation factors and sub-factors have not been assigned at this time. Past Performance may be evaluated. If your company is interested in this project, please reply to the following questions, responses shall be limited to 5 pages. (1) Offerors name, address, point of contact, phone number, and email address. (2) Offerors interest in bidding on the solicitation when issued. (3) Offerors capability to perform a contract of this magnitude and complexity (include offeror's in-house capability to execute the construction, comparable work performed within the past 8 years, and brief description of the project, customer satisfaction, and dollar value of project) provide at least 3 examples. (4) Offerors type of business and business size (whether large business, small business, HUBZone, Service Disabled Veteran Owned Business, 8(a)). (5) Offerors Joint Venture information, if applicable, existing and potential. (6) Offerors (other than small businesses) should also provide their assessment of the degree of involvement by small and SDB subcontractors, stated as a percentage of subcontracted dollars. Interested offerors shall respond to the Sources Sought Notice no later than 2:00 PM PST (local time), 10 March 2017. All interested contractors must be registered in System for Award Management (SAM) https://www.sam.gov/portal/SAM to be eligible for award of Government contracts. Please submit your response to: USACE-Los Angeles District, ATTN: Contracting Division-East Region Branch, C/O Valene Guillen, 915 Wilshire Blvd, Suite 930, Los Angeles, CA 90017. Email responses are also acceptable, however, responses must be emailed to both primary and secondary contacts.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-17-S-0005/listing.html)
 
Place of Performance
Address: The location of this work is along the shorelines of the United States predominantly along the California Coastline., Contracting Office Address:, 915 Wilshire Blvd, Suite 930, Los Angeles, California 90017-3401, United States, Los Angeles, California, 90017, United States
Zip Code: 90017
 
Record
SN04405666-W 20170218/170216235006-0e63a79c646b5b7a3d66a20335dbd00d (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  © 1994-2020, Loren Data Corp.