SOLICITATION NOTICE
C -- The Huntington District, U. S. Army Corps of Engineers annouces the following procurement for Hydrology and Hydraulics Engineering Services. Point of Contact is Cheryl.D.Parsons@Lrhol.usace.army.mil.
- Notice Date
- 12/13/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Engineer District, Huntington-Civil Works, ATTN: CELRH-CT, 502 8th Street, Huntington, WV 25701-2070
- ZIP Code
- 25701-2070
- Solicitation Number
- DACW69-03-R-0009
- Archive Date
- 3/15/2003
- Point of Contact
- Mary Ann Maynard, (304) 529-5736
- E-Mail Address
-
Email your questions to US Army Engineer District, Huntington-Civil Works
(Mary.A.Maynard@lrh01.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA 1. Contract Information: This contract is being procured in accordance with the Brooks A-E Act (PL 92-582) as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required w ork. ARCHITECT-ENGINEER DESIGN SERVICES ARE REQUIRED FOR VARIOUS TYPES OF CIVIL WORKS PROJECTS ASSIGNED TO DISTRICTS WITHIN THE U.S. ARMY CORPS OF ENGINEERS, GREAT LAKES AND OHIO RIVER DIVISION GEOGRAPHICAL BOUNDARIES WHICH INCLUDE THE BUFFALO, CHICAGO, D ETRIOT, HUNTINGTON, LOUISVILLE, NASHVILLE AND PITTSBURGH DISTRICTS. The majority of the work under this contract will be done within the boundaries of the Huntington District. If work is required outside the Huntington District, wage rates will be furnis hed and new line items included by modification. One indefinite delivery contract will be negotiated and awarded with a base year and two option years. The contract amount will not exceed $3,000,000. An option period may be exercised when the contract a mount for the base period or preceding option period has been exhausted or nearly exhausted. Work will be issued by negotiated firm-fixed price task orders not to exceed the base contract amount. The contract is anticipated to be awarded in March of 2003 . North American Industrial Classification System (NAICs) code is 541330, which has a size standard of $4,000,000 in average annual receipts. This announcement is open to all businesses regardless of size. If a large business is selected for this contra ct, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of work it intends to subcontract. The plan is not required with this submittal. Quality Control Plans will also be required at the time of award. The wages and benefits of service employees (see FAR 22.10) performing under the resulting contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee?s 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://www.ccr.gov or by contacting the DoD Electronic Commerce Informatio n Center at 1-800-334-3414. 2. Project Information: The work and services to be accomplished will consist of providing, on an individual delivery order basis, studies necessary for Corps projects which would include preparation of inundation maps for po tential flooded areas; development and implementation of flood evacuation plans and flood warning systems; hydrologic and hydraulic studies to develop alternative plans for increasing spillway discharge capabilities at Corps dams; studies for flood insuran ce and Local Protection Projects; formulation of lake sedimentation reports; water quality modeling and data assessment for District lakes and rivers; acid mine drainage (AMD) abatement analysis; performance of navigation studies; formulation of drought co ntingency plans; and formulation of Water Control Management Manuals. The work and services may also include general development of reconnaissance reports; feasibility reports; design memorandums; and final design layout, preparation of design computation s, contract drawings, specifications and estimates. Drawings must be prepared on a CADD System and must be directly compatible with Intergraph CADD System or translated at 100% compatibility by the A-E. The preparation of inundation maps for potential fl ooded areas at District projects would include the use of data from topographic maps, river channel and flood plain cross section and discharge data in appropriate computer models to prepare maps showing the limits of inundation in digital format at and be low District projects. Hydrologic and hydraulic studies will be used for development of alternative structural plans for modifying existing spillways to satisf y current design criteria with respect to discharge capacity and freeboard. Such alternatives may include (a) widen the existing spillway; (b) provide a gated spillway at the existing site; (c) auxiliary spillways; (d) raise the dam; and (e) combination o f the above. Flood insurance studies would include the use of topographic data, river channel and flood plain cross sections and discharges to produce 10, 50, 100 and 500 year flood profiles (using step backwater computer models), to develop flood boundar y maps and floodways, to determine flood hazard factors and to determine flood hazard zones using digital mapping. Local protection studies would include the development of hydrologic and hydraulic data necessary to design interior drainage systems (behin d floodwalls) and pumping station facilities, erosion control, scour analysis, sediment transport, wetland hydrology and to develop river channel relocation and/or modification schemes to mitigate local flooding problems and to determine the upstream and d ownstream effects of such schemes. Lake sedimentation reports may include, but are not limited to: determine lake bottom profile from fathometer charts or GPS data; determine lake storage volume in one (1) foot vertical increments; determine original and resurveyed sediment range profiles from furnished field survey data; compute volume and distribution of sediment in lake using Corps of Engineers computer programs and total bed survey methodology; determine rate of sediment in lake; prepare report text an d exhibits comparable to previous District Sediment Reports describing land usage, precipitation, reported sediment problems; volume distribution and rate of sedimentation; conclusions; recommendations and prepared form 1787 reservoir sediment data summary . Water quality modeling and data assessments would be used to determine temperature, dissolved oxygen and chemical characteristics of District lakes and downstream reaches of rivers below District projects. Formulation of Water Control Management Manual s would include the writing of required manuals and drafting of exhibits in accordance with prescribed format. 3. Selection Criteria: The selection criteria for this particular contract are listed below in descending order or importance (first by major c riterion and then by each sub-criterion). Criteria A through E are primary. Criteria F through H are secondary and will only be used as a ?tie-breaker? among firms that are essentially technically equal. A. Professional Qualifications: Qualified Hydrol ogic/Hydraulic Engineers (the evaluation will consider experience, education, training, and registration). B. Specialized Experience and Technical Competence: the firm must demonstrate experience and familiarity with the utilization of the Hydrologic Eng ineering Center hydrologic and hydraulic computer models (primarily HEC-HMS, HEC-RAS, HEC-IFH, and HEC-6), GIS hydrologic computer models using ARCINFO/ARCVIEW, current versions of SWMM, multi-dimensional numerical modeling (TABSMD, etc.), Intergraph CADD, CE-QUAL-W2, STELLA and the National Weather Service Dambreak. C. Past Performance: experience with respect to cost control, quality of work and compliance with performance schedules as determined from ACASS and other sources. D. Capacity to perform a pproximately $1,000,000 in work of the required type in a one-year period. The evaluation will consider the availability of an adequate number of qualified personnel. E. Knowledge of the Locality: This should include geographical hydrologic and hydrauli c features for Kentucky, Ohio, Virginia, North Carolina and West Virginia. F. Geographic Proximity: Location of the firm in the general geographical area of the Huntington District headquarters. G. Equitable Distribution of DoD contracts: Volume of D oD A-E contract awards in the last 12-months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. H. SB and SDB Participation: Extent of participation of small business (including woman-owned), small disadvantaged businesses, historically black colleges and universities and minority institutions in the proposed contract team, measure as pe rcentage of the total estimated effort. 4. Submission Requirements: Responses shall reference the solicitation number assigned to this procurement on the face of both the SF 254 and SF 255, as well as, the outside of the envelope. Interested firms havin g the capability to perform the work must submit two copies of SF 255 (11/92 edition) and two copies of SF 254 (11/92 edition) for the prime firm and all consultants, to the above address not later than 4:30 PM on the response date indicated above. Includ e the firm?s ACASS number in SF 255, Block 3b. For ACASS information, call 503-808-4590. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announc ement period. This is not a request for proposal!!!!! Point of Contact for this procurement is Cherly.D.Parsons@lrh01.usace.army.mil.
- Place of Performance
- Address: US Army Engineer District, Huntington-Civil Works ATTN: CELRH-CT, 502 8th Street Huntington WV
- Zip Code: 25701-2070
- Country: US
- Zip Code: 25701-2070
- Record
- SN00223384-W 20021215/021213213810 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |