Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2018 FBO #6195
SOLICITATION NOTICE

C -- IDC FOR A-E SERVICES PLANNING AND CIVIL ENGINEERING FOR CIVIL WORKS PROJECTS AT VARIOUS LOCATIONS IN THE LOS ANGELES DISTRICT, SOUTH PACIFIC DIVISION W912PL-19-R-0006

Notice Date
11/7/2018
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering 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-19-R-0006
 
Point of Contact
Jimmy L Barton, Phone: 213-452-3251, Sandra Oquita, Phone: 213 452-3249
 
E-Mail Address
jimmy.l.barton@usace.army.mil, sandra.oquita@usace.army.mil
(jimmy.l.barton@usace.army.mil, sandra.oquita@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 Planning and Civil Engineering for Civil Works Projects at Various Locations in the Los Angeles District, South Pacific Division. This announcement is 100% set-aside for Small Business Only Small Business firms will be considered for award. There is a limitation on subcontracting whereby "at least 50% of the cost of contract performance incurred for personnel" must be expended employees of the prime contractor as required by FAR 19.508 (e) and 52.219-14. There will be one (1) indefinite delivery contracts for Architect-Engineer (A-E) services. The contract is for a 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 February 2019 for a period of sixty (60) months (through February 2024). 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 System for Award Management (SAM) at https://www.sam.gov Federal Customer Service Desk: www.fsd.gov; US Calls: 866-606-8220; Hours: 8am - 8pm (Eastern Time) 2. PROJECT INFORMATION: The work and services will be for Civil works projects, however, there may be a smaller portion of the work and services for military and support for others projects. The work and services shall support planning and formulation of feasibility level water resources studies and projects. Typical projects and studies encompass flood risk management (flood control), flood plain management, water conservation, 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 Computer 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) Cost Engineering; (5) Hydraulic Engineering; (6) Hydrology; (7) Environmental Engineering; (8) Community/Urban Planning; (9) Socioeconomic analysis; and (10) Structural Engineering. Supporting (subcontractors, if required) disciplines will include Geotechnical, Geology, Sanitary Engineering, Landscape Architecture, Archeology/Anthropology, Fishery and Wildlife Biology/Ecology, Land Surveying, GIS 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 feasibility level water resources studies, such as flood risk management, 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) Economic analysis (national and regional economic development benefits); (4) Habitat evaluation procedures/methods; (5) Ability to provide map data and conduct numerical analyses through computer modeling (including hydrology, hydraulics, sediment transport, especially in arid climates with typical flashy systems), technical analysis (including environmental, hydrology, hydraulics, geotechnical, civil engineering, structural engineering, cost, economic and social analysis, and real estate, with visualization output to GIS ArcView coverages); (6) Hydraulic analysis of water supply system; (7) Water quality analysis, wastewater collection and treatment; (8) Surveying and mapping; (9) Geospatial Information System (GIS); (10) Applicable Federal and State (California, Nevada, Arizona, and Utah) environmental laws and regulations; (11) Water rights, water quality standards, and other regulatory requirements; (12) 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; (13) Report preparation, including environmental impact assessment documents in accordance with the National Environmental Policy Act (NEPA) and the California Environmental Quality Act (CEQA); and (14) Support in preparation of Coastal Consistency Determinations and presentations to the California Coastal Commission in public hearings, Clean Water Act Section 401 Water Quality Certifications, presentations to the applicable Regional Water Quality Control Board, and support for a variety of public meetings. 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 Section H, 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(current version) 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 2:00 pm on the response date indicated above. For Section F projects, one (1) IDIQ Task Order will be considered as one (1) project. Please include a copy of your submission on 1 Compact Disc. The street address is: 915 Wilshire Boulevard, Suite 930, Los Angeles, California 900. 17. To hand carry a submittal, arrangements must be made through Jimmy Barton (213) 452-3251 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 by the due date specified herein. Include DUNS number of the office that will perform the work. The SF330 Part I shall not exceed 70 pages (8.5 inches x11 inches) including no more than 15 pages for Section H. PLEASE NOTE: RESUMES DO NOT COUNT AGAINST THE 70 PAGE LIMITATION. Each side of paper is a page (70 pages double sided or 140 pages single sided) 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 (11" x17" will count as 1 Page) 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: Jimmy Barton, Contract Specialist at 213 452 3251.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-19-R-0006/listing.html)
 
Place of Performance
Address: LOS ANGELES DISTRICT FOR THE ARMY CORPS OF ENGINEERS, Los Angeles, California, 90017, United States
Zip Code: 90017
 
Record
SN05145661-W 20181109/181107230514-fb276701e7a205a60074d0ccdd559e6a (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.