SOLICITATION NOTICE
C -- INDEFINITE DELIVERY ORDER CONTRACTS FOR 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
- Notice Date
- 6/17/2009
- 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-0034
- Response Due
- 7/17/2009
- Archive Date
- 9/15/2009
- 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 hydrology/hydraulic (H&H) 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 one (1) indefinite delivery contract 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 September 2009 for a period of sixty (60) months (September 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 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 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 (Hydrology/Hydraulics) with some related support from environmental, 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 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) Hydrologic Engineering, (2) Hydraulic Engineering, (3) Sedimentation, (4) Civil Design, and (5) supporting personnel qualified in Geographical Information System (GIS), Environmental Engineering, Geomorphology, Geology, Water Quality, Groundwater, Fishery and Wildlife Biology/Ecology, and 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; (5) overflow/floodplain analysis; (6) flood hydrograph analysis; (6) water control management; (7)preparing hydrologic and hydraulic documentation reports and water control manuals; (8) performing risk and uncertainty analysis; (9) GIS applications in H&H (10) water quality analysis and (11) groundwater analysis. Computer capability and experience in using HEC programs HEC-HMS, HEC-RAS, 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 desireable. 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 hydrologic characteristics, 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 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: Maricela Zamora at (213) 452-3250. Technical Information, Rene Vermeeren at (213) 452-3547.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-09-R-0034/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 />
- Zip Code: 90053-2325<br />
- Record
- SN01847535-W 20090619/090617235228-09085c6a044bb402e4e79b9ddeb0454a (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 |