California Bids > Bid Detail

INDEFINITE DELIVERY CONTRACT (IDC) FOR FLOOD RISK MANAGEMENT MAINTENANCE SERVICES FOR THE LOS ANGELES DISTRICT (SPL)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159331038647923
Posted Date: Jan 26, 2023
Due Date: Feb 25, 2023
Solicitation No: W912PL23S0004
Source: https://sam.gov/opp/5d7ab3b98e...
Follow
INDEFINITE DELIVERY CONTRACT (IDC) FOR FLOOD RISK MANAGEMENT MAINTENANCE SERVICES FOR THE LOS ANGELES DISTRICT (SPL)
Active
Contract Opportunity
Notice ID
W912PL23S0004
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SPD
Office
W075 ENDIST LOS ANGELES
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Jan 26, 2023 10:07 am PST
  • Original Response Date: Feb 25, 2023 02:00 pm PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 562998 - All Other Miscellaneous Waste Management Services
  • Place of Performance:
    Los Angeles , CA
    USA
Description

This is a Sources Sought Synopsis.



U.S. Army Corps of Engineers (USACE) Los Angeles District has a requirement for Flood Risk Management (FRM) Maintenance Services Contract.



Contract Description:



General work requirements of this Service Contract will be primarily performed within the USACE Los Angles District Operations and Maintenance (O&M) Area of Responsibility (AOR) for estuary, channels, levees, and flood control basins (FCB) within the Los Angeles County Drainage Area (LACDA), Santa Ana River Basin (SARB), Mojave Dam FCB, Santa Ana River Marsh (SARM), Arizona, and Nevada.



This Service Contract will have two levels of work requirements.




  • Level 1 work requirements will be for the Base Year and subsequent Option Years of this contract for work within the 92-acre Santa Ana River Marsh (SARM). Level 1 services include Trash Removal, Inspections, Reporting, and Dumpster Management.

  • Level 2 work requirements will be performed on a Task Order (TO) basis in the



SARM and other locations within the AOR. Level 2 services may include but are not limited to: Vegetation management (i.e., vegetation removal, trimming, planting, irrigation, herbicide application, etc.), sediment management, closed-circuit television (CCTV) inspections of pipe systems, earthen road grading, graffiti abatement, sign maintenance, minor gate and fence repairs, application of rodenticide, Geographic information System (GIS) Services and data collection, avian control implementation, aerial drone surveys, and biological surveys (e.g. avian presence – absence surveys).



Contract Type:



USACE Los Angeles District plans to award a 5-year inspection and maintenance Service Contract that will include 1-Base Year and 4-Option Years not to exceed $99M. This Service Contract will be a Single Award Task Order Contract (SATOC) Indefinite Delivery, Indefinite Quantity (IDIQ) Firm-Fixed Price to provide for an indefinite quantity of supplies or services over a fixed period-of-time.



North American Industry Classification System (NAICS) code for this requirement is NAICS Code 562998 - All Other Miscellaneous Waste Management Services. The small business size standard for this requirement is $16.5M



Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract. The Contractor will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the Contractor’s 50 percent subcontract amount that it cannot exceed per Federal Acquisition Regulation (FAR) 52.219-14 Limitations on Subcontracting.



This is not a Request for Proposal (RFP), Request for Quote (RFQ), or an Invitation for Bid (IFB). There is no bid package, solicitation, specifications or drawings available with this announcement. It does not constitute a procurement commitment by USACE, implied or otherwise. No contract will be awarded from this Sources Sought Notice. Response is strictly voluntary; no reimbursement will be made for any cost associated with providing information in response to this Sources Sought or any follow-up information requests. The Government shall not be liable for or suffer any consequential damages for any improperly identified information.



The Government intends to issue a solicitation; however, the results and analysis of the market research will finalize the determination of the set aside decision. The type of set-aside decision(s) to be issued will depend upon the responses to this notice. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of industry, to



include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible offerors.



Anticipated solicitation issuance is on or about 9 months from the date of this notice. The official synopsis citing the solicitation number will be issued on SAM.gov and inviting offerors to register electronically to receive a copy of the solicitation when it is issued.



MINIMUM CAPABILITIES REQUIRED INCLUDE THE FOLLOWING:



To be considered qualified, firms must meet the following minimum requirements:



Provide all labor, materials, equipment, transportation, supervision, and non-personal services to perform the tasks and meet all performance requirement standards for the Level 1 and Level 2 work requirements. Work must be performed in accordance with all applicable national, state, and local codes.



The Contractor and all their employees must comply with the most recent edition of USACE Engineering Manual (EM) 385-1-1 Safety and Health Requirements Manual, and Federal, State, and local laws, ordinances, criteria, rules, and regulations. Where applicable laws, criteria, ordinances, regulations, and referenced documents vary, the most stringent requirements govern.



The Contractor must establish a complete Quality Control (QC) Program that will consists of a QC Organization, QC Plan, QC Meetings, inspections, and reporting necessary to provide materials and workmanship which comply with the requirements of the Contract.



The Contractor must comply with all Federal, State, and local laws, regulations, and standards regarding environmental protection. Specific Federal laws to be noted include but are not limited to the Clean Water Act (CWA), the Endangered Species Act (ESA), and the Migratory Bird Treaty Act (MBTA).



The Contractor must provide certification, training, licenses, and expertise for all contractor employees or subcontractors under this contract for all work requirements. All contract employees must always conduct themselves in a proper manner. Since most of the work will be performed in the presence of the public, the conduct of all employees is critical and will be closely monitored.



Company Information (Identify if using a joint venture or partnering). The following information is required.




  1. Company Name

  2. Mailing Address

  3. Contact Phone Number and E-Mail

  4. Cage Code and EIN Number

  5. Capability: Provide your firms capability to perform this requirement.

  6. Capacity: Can your firm accomplish this requirement?

  7. Ability to successfully comply with the provisions of FAR 52.219-8, Utilization of Small Business Concerns.

  8. Offeror's type of business and business size. (If small business, Company’s current small business category (Small Business, HUBZone, Service-Disabled Veteran Owned, Woman-Owned, and/or 8(a)) as it relates to the specified NAICS Code or something similar.

  9. Offeror’s must have a minimum of 3-years’ experience performing similar type of work.

  10. Offeror’s will be evaluated on a sample Accident Prevention Plan (APP) developed in accordance with EM 385-1-1 with sample Activity Hazard Analysis (AHA).

  11. Offeror’s will be evaluated on a sample QC Plan outlining the below.

    1. QC Organization: Names, qualifications, and duties of Safety Officer, Project Manager, QC Manager, and any alternates.

    2. Inspections: Procedures for identifying and documenting “punch-list” items that need corrective actions taken to abide by the contract.





Interested Firm's must respond to this Sources Sought Synopsis no later than 2:00 pm PDT, 30 days from posting the notice. All interested firms must be registered in SAM.gov to be eligible for award of Government contracts. Please submit your response by email to dominic.m.pebenito@usace.army.mil.



Offeror’s are advised that information provided to the Government in regard to the products or devices proposed will be considered For Official Use Only (FOUO) and will not be released to the public or other potential offerors. The Government may retain this information for its records indefinitely. This project may be canceled at any time and resolicited at a future date.




Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 915 WILSHIRE BLVD SUITE 1109
  • LOS ANGELES , CA 90017-3409
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 26, 2023 10:07 am PSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >