Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 16, 2018 FBO #6202
MODIFICATION

C -- Planning and Civil Engineering for Civil Project Works at Various Locations in the Los Angeles District, South Pacific Division

Notice Date
11/14/2018
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
915 Wilshire Blvd, Suite 930 Los Angeles CA 90017-3401
 
ZIP Code
90017-3401
 
Solicitation Number
W912PL-18-R-0056
 
Response Due
11/27/2018
 
Point of Contact
Jimmy L Barton, Contract Specialist, Phone 213-452-3251, - Sandra Oquita, Contracting Officer, Phone 213 452-3249, Fax 213 452-4184
 
E-Mail Address
jimmy.l.barton@usace.army.mil, sandra.oquita@usace.army.mil
 
Small Business Set-Aside
N/A
 
Description
PLEASE NOTE PAGE LIMITATION CORRECTION ( 70 PAGES SINGLE SIDED AND 35 PAGES DOUBLE SIDED. SECTION H IS 16 PAGES SINGLE SIDED AND 8 PAGES DOUBLE SIDED). 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 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 70% of the contractors intended subcontract amount will be placed with small businesses (SB), including 30% small disadvantaged businesses (SDB), 10%, woman owned small businesses (WOSB), 7% HUBZone, and 3% Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The plan is not required with this submittal. 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 January 2019 for a period of sixty (60) months (through January 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. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-NOV-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-18-R-0056/listing.html)
 
Place of Performance
Address: USACE, LOS ANGELES DISTRICT LOS ANGELES, CA
Zip Code: 90017
Country: US
 
Record
SN05151735-F 20181116/181114230046 (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.