Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2004 FBO #0789
SOURCES SOUGHT

C -- Indefinite Delivery Contract with Emphasis on Civil Engineering for Civil Works Projects Primarily Within Los Angeles District

Notice Date
1/23/2004
 
Notice Type
Sources Sought
 
Contracting Office
US Army Corps Of Engineers, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
W912PL-04-R-0005
 
Response Due
2/23/2004
 
Archive Date
4/23/2004
 
Point of Contact
Cynthia Myrtetus, 213-452-3247
 
E-Mail Address
Email your questions to US Army Corps Of Engineers, Los Angeles
(cynthia.h.myrtetus@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
General Information Solicitation Number: W912PL-04-R-0005 Posted Date: 22 January 2004 Original Response Date: 23 February 2004 Classification Code: C??????Architect and Engineering Services Contracting Office Address US ARMY CORPS OF ENGINEERS, CHIE F, CONTRACTING DIVISION, P.O. BOX 532711, LOS ANGELES CA 90053-2325 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. 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 contractor??????s intended subcontract amount will be placed with Small Businesses (SB), including Small Disadvantaged Businesses (SDB) 10.2%; HUBZONE Small Business 3%; Women-Owned Small Business (WOB) 10.6%; Services Disabled Veteran Owned Small Business 3.0%; Veteran Owned Small Business 3.0%. The plan is not required with this submittal. The contract will be negotiated and awarde d with a base year and two option years. The contract amount will not exceed $3,000,000.00. Work will be issued by negotiated firm-fixed price task orders. The estimated contract start date is April 2004 for a period of 12 months (through April 2005). 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. To be eligible for contract award, a firm must be registered in the DoD Central C ontractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov/ or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. 2. PROJECT INFORMATION: The work and services will consist primarily of preparation o f design analyses and reports; plans and specifications for flood control, coastal, and environmental restoration projects. The contractor may conduct field investigations and will provide engineering services in the areas of hydraulics, geotech, civil, st ructural, architectural, landscape architecture, analysis and estimating, and value engineering. Construction cost estimates must be performed using MCACES 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 MCACES 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 Block 10 of the SF 255 describe the firm??????s Design Quality Assurance Plan and how quality for subcontractors will be assured. The plan must be appro ved 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-h 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 contr ol 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 MCACES Gold (in the civil works breakdown structure); and (6) Experi ence using the ??????Dr. Checks?????? system for managing review comments. 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 mechanical, electrical, hydrology and hydraulics, geotech, architecture, landscape architecture and coastal 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 $1M in a one-year period. e. Knowledge of the Locality such as geological features, climatic conditions, local material resources, and local construc tion methods. f. SB and SDB Participation: ??????Extent of participation of small businesses (including women-owned), small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, mea sured as a percentage of the estimated effort.?????? g. Geographic Proximity (physical location) of the firm to the location of the project(s). h. Equitable Distribution of DoD Contracts: ??????Volume of DoD contract awards in the last 12 months with the o bjective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB.?????? 4. SUBMISSION REQUIREMENTS: Interested A-E firms having the capabilities for this work are invited to submit one (1) completed Standard Form (SF) 255, Architect-Engineer and Related Services Questionnaires (11/92 edition) and one (1) SF 254 (11/92 edition) for the prime firm and one for each subconsultant firm, to the above address not later than 4:00 PM on the response date indicated abov e. The street address is: 915 Wilshire Boulevard, CT-W, Room 1040, Los Angeles, CA 90017. To hand carry a submittal, arrangements must be made through Cindy Myrtetus at 213-452-3247 or Lucia Carvajal at 213-452-3240 prior to delivery. 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 d ays 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 ACASS number of the office that will perform the work in Block 3b. Call the ACASS center at (503) 808-4590 to obtain a number. In Block 10 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: Cindy M yrtetus, (213) 452-3247, Technical Information, Tom Sage (213) 452-3707
 
Place of Performance
Address: US Army Corps Of Engineers, Los Angeles P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
Country: US
 
Record
SN00509114-W 20040125/040123212345 (fbodaily.com)
 
Source
FedBizOpps.gov 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.