The RFP Database
New business relationships start here

Planning and Civil Engineering for Civil Project Works at various location in the Los Angeles District, South Pacific Division


California, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Sources Sought Notice to conduct Market Research for Planning and Civil Engineering for Civil Project Works at various location in the Los Angeles District, South Pacific Division.


The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of the community of general contractors. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. No proposals are being requested or accepted with this notice THIS IS NOT A REQUEST FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS.

Description of Work:
1. Planning Services with emphasis on Planning and Civil Engineering for Civil Project Works at various location in the Los Angeles District, South Pacific Division. The majority of 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 consist of planning and formulating feasibility level water resources civil works studies and projects.


Typical civil works projects and studies encompass floods 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.

Typical studies encompass navigation, coastal storm damage reduction, and ecosystem restoration. Services required include project management, plan formulation, economic analysis (national and regional economic development benefits), environmental impacts analysis, the ability to provide map data and conduct numerical analyses through coastal/hydrology/hydraulic computer modeling with visualization output to GIS ArcView coverages, and the ability to acquire oceanographic field data, such as vibratory core sediment sampling, grab sediment sampling and rotary wash sediment coring, sediment physical and chemical analyses as well as bioassay testing, benthic habitat surveys and mapping using a variety of technologies including side-scan sonar, underwater cameras, divers, etc., sea grass surveying, transplant, and monitoring, monitoring, surveying, and evaluating listed species in accordance with the Endangered Species Act and Marine Mammal Protection Act, single beam bathymetry, multi-beam bathymetry, wave and current measurements, side-scan sonar imagery, sub-bottom profiling, beach profiles, air criteria pollutant emissions estimates, noise impact evaluation, traffic (street and/or vessel) evaluation, surfing analyses, beach use assessment, water quality monitoring using electronic monitoring equipment as well as gram sampling techniques, etc. The results of the environmental impact analysis would be written into environmental impact assessment documents in accordance with the National Environmental Policy Act (NEPA) in the form of Environmental Impact Statement or Environmental Assessment and the California Environmental Quality Act (CEQA) in the form of Environmental Impact Report or Initial Study. Support will also be required preparing Coastal Consistency Determinations and presentation to the California Coastal Commission in public hearings, Clean Water Act Section 401 Water Quality Certification and presentation to the applicable Regional Water Quality Control Board, and support for a variety of public meetings.


Services required include project management, the ability to provide map data and
conduct numerical analyses through computer modeling (including hydrology, hydraulics, sediment transport and habitat evaluation), technical analyses (including environmental, hydrology, hydraulics, geotechnical, civil engineering, structural engineering, cost, economic and social analysis, real estate), plan formulation and report preparation. All services will be performed in accordance with professional standards as well as USACE standards and policies.
The location of this work is at various location in the Los Angeles District, South Pacific Division. The estimated magnitude of this Indefinite Delivery Indefinite Quantity (IDIQ) is NTE $9,800,000. Estimated duration of this IDIQ is 5 Years.
North American Industrial Classification System (NAICS) Code applicable to IDIQ acquisitions is 541330 and the Small Business Size Standard for this acquisition is $15.0M. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 50% of the contract work with his/her own employees. Prior Government contract work is not required for submitting a response under this sources sought synopsis.  All technical evaluation factors and sub-factors have not been assigned at this time. Past Performance and Small Business Subcontracting Plans may be evaluated.
If your company is interested in this project, please reply to the following questions, responses shall be limited to 5 pages.
(1) Offerors name, address, point of contact, phone number, and email address.
(2) Offerors interest in bidding on the solicitation when issued.
(3) Offerors capability to perform a contract of this magnitude and complexity (include offeror's in-house capability to execute) the work, comparable work performed within the past 5 years, and brief description of the project, customer satisfaction, and dollar value of project) provide at least 3 examples. Project examples must be in the range of $150,000.00 - $1,000,000.00
(4) Offerors type of business and business size (whether large business, small business, HUBZone, Service Disabled Veteran Owned Business, 8(a)).
(5) Offerors Joint Venture information, if applicable, existing and potential.
(6) Offerors (other than small businesses) should also provide their assessment of the degree of involvement by small and SDB subcontractors, stated as a percentage of subcontracted dollars.
Interested offerors shall respond to the Sources Sought Notice no later than 2:00 PM PST (local time) 6 March 2017. All interested contractors must be registered in the System for Award Management (SAM) "https://www.sam.gov/" to be eligible for award of Government contracts. Please submit your response to: USACE-Los Angeles District, ATTN: Contracting Division-East Region Branch, C/O Jimmy L. Barton, 915 Wilshire Blvd, Suite 930, Los Angeles, CA 90017. Email responses are also acceptable.


 


Jimmy L Barton, Contract Specialist, Phone 213-452-3251, Email jimmy.l.barton@usace.army.mil - Sandra Oquita, Contracting Officer, Phone 213 452-3249, Fax 213 452-3176, Email sandra.oquita@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP