Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 23, 2017 FBO #5783
SOLICITATION NOTICE

C -- Indefinite Delivery – Indefinite Quantity Architect/Engineer Contract with Emphasis on Hydrologic/Hydraulic Services (H&H) for Civil Works Projects at Various Locations in the Los Angeles District and South Pacific Division

Notice Date
9/21/2017
 
Notice Type
Combined Synopsis/Solicitation
 
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
W912PL17R0059
 
Point of Contact
Wendell L. Mendoza, Phone: 2134523308, Maricela A. Zamora, Phone: 2134523250
 
E-Mail Address
Wendell.L.Mendoza@usace.army.mil, maricella.a.zamora@usace.army.mil
(Wendell.L.Mendoza@usace.army.mil, maricella.a.zamora@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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 civil engineering, including hydrology/hydraulic (H&H) and environmental engineering for civil works projects at various locations in the Los Angeles District and South Pacific Division. This solicitation is for a Small Business A-E contract. Only Small Businesses will be considered for award. There will be one (1) indefinite delivery contract for Architect-Engineer (A-E) service. The contract is for a sixty (60) month period or until the not-to-exceed amount of $4,500,000.00 has been met, whichever occurs first. Work will be issued by negotiated firm-fixed price task orders. The estimated contract start date is February 2018 for a period of sixty (60) months (through February 2023). 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 employee's office location (not the location of the work). To be eligible for contract award, a firm must be registered in the System for Award Management (SAM) via the website at www.sam.gov. 2. PROJECT INFORMATION: The work and services shall primarily consist of hydrologic and hydraulic engineering investigations, studies, and reports for planning, design and water control documents, and activities (such as inspections of flood control facilities) to support the National Levee Safety Program, Dam Safety Program, and other related programs. It is noted that a small portion of the H&H work is anticipated for military projects. The principle field of professional expertise required will be in Civil Engineering (Hydrology/Hydraulics) with some related support from environmental, civil design, geographical information systems (GIS), cost engineering, project management, geotechnical, and structural engineering. 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 Section H of the SF 330 describe the firms Design Quality Management Plan (DQMP), including Design Quality Assurance Plan (DQAP) of subcontractor(s) work. The plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. 3. SELECTION INFORMATION: Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location or firm, specialized technical expertise or other requirements listed. Following initial evaluation of the qualifications and performance data submitted, three or more firms that are considered to be the most highly qualified to provide the type of services required, will be chosen for negotiations. Selection of firms for negotiation shall be made through an order of preference based on demonstration competence and qualifications necessary for the satisfactory performance of the type of professional services required. The selection criteria are listed below in descending order of importance. Criteria A through E are primary. Criteria F through G are secondary and will only be used as "tie-breakers" among technically equal firms: A. Professional qualifications: Personnel qualified in civil engineering with specialized qualifications that include recent knowledge and experience: (1) Project Management, (2) Hydrologic Engineering, (3) Hydraulic Engineering, (4) Sedimentation, (5) Civil Design, and (6) supporting personnel qualified in Geographical Information System (GIS), (7) Environmental Engineering, (8) Coastal Engineering, (9) Geomorphology, (10) Geology, (11) Water Quality, (12) Groundwater, (13) Fishery and Wildlife Biology/Ecology, and (14) Land Surveying. B. Specialized experience and technical competence in: (1) rainfall/runoff modeling; (2) discharge- and volume-frequency analysis; (3) sediment yield/sediment transport analysis; (4) hydraulic design of flood control structures and local drainage infrastructure; (5) overflow/floodplain analysis; (6) flood hydrograph analysis; (7) water control management; (8) preparing hydrologic and hydraulic documentation reports and water control manuals; (9) performing risk and uncertainty analysis; (10) GIS applications in H&H; (11) water quality analysis; (12) groundwater analysis; (13) Climate Change Evaluations; and (14) Physical Hydraulic Modeling, Multi-dimensional numerical modeling and other Computational Fluid Dynamics modeling. (15) Computer capability and experience in using Corps of Engineers' Hydrologic Engineering Center (HEC) programs including, but not limited to the following, HEC-HMS, HEC-RAS, HEC-SSP, HEC-5, HEC-RESIM, HEC-6, and Arc-Info GIS (including current Spatial Data Standards) is required. Experience using HEC-DSS (Hydrologic Engineering Center Data Storage System), HEC-1, HEC-2, FLO-2D, MIKE-21, HEC-FFA, HSPF, HEC-FDA, and Web-page Design is desirable. C. Capacity to accomplish multiple task orders and complete all work within periods of service designated for each task order. 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 hydrologic characteristics, 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. Volume of DOD contract awards in the last 12 months. 4. SUBMISSION REQUIREMENTS: Interested AE firms having the capabilities for this work are invited to submit three hard copy and one CD-ROM, completed Standard Form 330, dated 8/2016 Architect Engineer Qualifications Parts I and II and, 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-W, Room 1400, Los Angeles, CA 90017. To hand carry a submittal, arrangements must be made through Maricela Zamora at 213-452-3250 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. Include DUNS number of the office that will perform the work in SF330, Part I, Section H. 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 SF330 Part 1, Section H described owned or leased equipment that will be used to perform this contract, as well as CAD capabilities. In Section H, describe the firms overall DQMP. A project-specific design quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. 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, West Region Branch: Wendell L. Mendoza at (213) 452-3308, Technical Information, Rene Vermeeren at (213) 452-3547 or Tim Fairbank at (213) 452-3566.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL17R0059/listing.html)
 
Place of Performance
Address: Various locations in the Los Angeles District and South Pacific Division, Los Angeles, California, 90017, United States
Zip Code: 90017
 
Record
SN04688062-W 20170923/170921231249-510722551f307df6080a43fb443832eb (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.