Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2009 FBO #2729
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY ORDER CONTRACT FOR CIVIL ENGINEERING, INCLUDING GEOTECHNICAL AND ENVIRONMENTAL ENGINEERING FOR CIVIL WORKS PROJECTS AT VARIOUS LOCATIONS IN THE LOS ANGELES DISTRICT AND SOUTH PACIFIC DIVISION

Notice Date
5/15/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Corps Of Engineers, Los Angeles, US Army Corps Of Engineers, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
W912PL-09-R-0025
 
Response Due
6/15/2009
 
Archive Date
8/14/2009
 
Point of Contact
Maricela Zamora, 213-452-3250<br />
 
E-Mail Address
US Army Corps Of Engineers, Los Angeles
(maricella.a.zamora@usace.army.mil)
 
Small Business Set-Aside
N/A
 
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 geotechnical and environmental engineering for Civil Works Projects at Various Locations in the Los Angeles District and 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 contractors intended subcontract amount will be placed with small businesses (SB), including small disadvantaged businesses (SDB), 10.2%, woman-owned small businesses (WOB) 10.6%, HUBZone 3% and Service-Disabled Veteran-Owned Small Businesses 3%. The plan is not required with this submittal. There will be two (2) indefinite delivery contracts for Architect-Engineer (A-E) services. The contract is for 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 August 2009 for a period of sixty (60) months (through August 2014).. 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 DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. 2. PROJECT INFORMATION: The work and services shall consist of engineering and design for coastal and inland flood control projects. Typical studies include field investigations, evaluations of data and complex geotechnical foundation conditions including liquefaction potential, seismic evaluation of large dams including finite element analysis and static seismic deformations of embankments, development of earthquake ground motions and seismic analysis parameters, complex ground water modeling studies, and dewatering systems, geotechnical engineering risk assessment analyses, and levee systems inspections and evaluations. Studies will also include soil-structure interaction, geologic studies, fissure and faulting studies, seepage analysis for dams, spillway thermal studies, materials engineering including concrete, roller compacted concrete and soil cement slope protection designs, forensic geotechnical and materials engineering evaluations, and rock, earth-fill and materials construction engineering consultation and testing, and offshore geotechnical investigations and designs for dredged channels, breakwaters, seawalls, beach replenishment, and confined dredged materials. The firm will have the capacity to provide geotechnical support during District flood and earthquake emergency response activities such as erosion protection evaluations and slope stability, seepage, stress and deformation, and liquefaction analyses for embankments and levees. The firm also will have the capacity to perform offshore vibracore drilling and sampling, geophysical testing and interpretations, and geotechnical sampling and testing for large dams in highly active seismic environments. It is noted that a small portion of geotechnical work is anticipated for military projects. The Government will provide fully defined requirements for each task order, which may include one or more of the following: performance-based specifications, conceptual drawings and specifications, and MicroStation generated drawings. The contractor may be required to participate in the development of the final scope of work for individual task orders and be required to provide incidental technical or engineering services such as laboratory testing for rock, soil, and concrete materials, detailed drawings generated in MicroStation, surveying, hazardous and toxic waste evaluations, and other submittals in support of investigations, design and construction. 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 Block 10 of the SF 255 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. 3. SELECTION INFORMATION: 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. Geotechnical Engineering, to include civil engineering and geology. Supporting disciplines will include: Hydrogeology. b. Specialized experience and technical competence: 1. Geotechnical engineering, geology, groundwater modeling and dewatering, seismology, rock mechanics, geotechnical field investigations, geotechnical engineering support for emergency response activities, materials engineering with experience in concrete, roller compacted concrete and soil cement mix design and construction techniques. Knowledge and experience in the following: 2. Geotechnical design of inland and coastal flood control projects including inspection and evaluation of levee systems. 3. Seismic evaluation of large dams including finite element analysis and static seismic deformations of embankments, evaluation of liquefaction potential, development of earthquake ground motions and seismic analyses parameters. 4. Data evaluation and complex geotechnical foundation conditions risk assessments in geotechnical engineering, geologic, faulting and groundwater studies including design of dewatering systems and groundwater modeling, 5. Geotechnical engineering support during flood and earthquake emergency response activities such as erosion protection evaluations and slope stability, seepage, stress and deformation, and liquefaction analyses for embankments and levees. 6. Field investigations including geophysical testing, geotechnical sampling and testing for large dams in highly active seismic environments, and geotechnical foundation characterization. 7. Offshore geotechnical investigations and designs for breakwaters, dredging and beach replenishment. 8. Materials engineering including concrete, roller compacted concrete and soil cement mix designs and construction evaluation and forensics evaluations. 9. Supporting knowledge of and experience in laboratory and quality assurance rock, soil and concrete testing, ability to create Microstation drawings surveying, and Corps of Engineers contract plans and specifications. 10. Hazardous and toxic waste evaluation. Preparation of CERCLA corrective action studies, to include drilling, sampling and installing shallow and deep groundwater wells, performing long term monitoring and groundwater well pumping tests, and drilling and sampling soils and soil vapor, to include all phases of CERCLA SI, RI/FS, and RD. c. Capacity to simultaneously perform ten task orders within designated periods of service. This evaluation will consider the experience of the firm and any subcontractors and the availability of an adequate number of personnel in key disciplines. d. Past performance on DOD and other contracts. ACASS performance evaluations will be provided by Contracting Division for rating by the Selection Board only. If ACCASS evaluations are not available, the AE firm will be given a satisfactory rating for this criteria. e. Knowledge of the locality such as geologic features, climatic conditions, local materials resources, and local construction methods. f. Location of the firm in relation to the general geographic area of the Los Angeles District area of responsibility; to be determined by the Selection Board, only used as a tie-breaker for technically equal firms. g. Volume of DOD contract awards in the last 12 months; to be determined by the Selection Board, only used as a tie breaker for technically equal firms. 4. SUBMISSION REQUIREMENTS: Interested AE firms having the capabilities for this work are invited to submit one completed Standard Form 330, dated 6/2004, 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 4:00 pm on the response date indicated above. The street address is: 915 Wilshire Boulevard, CT-W, Room 1400, Los Angeles, California 90017. To hand carry a submittal, arrangements must be made through Maricela Zamora (213) 452-3230 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 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. Include DUNS number of the office that will perform the work. 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 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 informaction will be given to firms during the announcement period. This is not a request for proposal. Point of Contact: Contracting Division, West Region Branch: Maricela Zamora at (213) 452 3250. Technical Information, James Farley at (213) 452-3575.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-09-R-0025/listing.html)
 
Place of Performance
Address: US Army Corps Of Engineers, Los Angeles P.O. Box 532711, Los Angeles CA<br />
Zip Code: 90053-2325<br />
 
Record
SN01819269-W 20090517/090516160808-6f78e153388970f4c08098f701acc893 (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.