Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2007 FBO #1899
SOLICITATION NOTICE

C -- Indefinite Delivery Indefinite Quantity A-E Contract for Hydraulic Design and Engineering for Corps of Engineers South Pacific Division

Notice Date
2/5/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-07-R-0019
 
Response Due
3/7/2007
 
Archive Date
5/6/2007
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: The proposed contract will be procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required w ork. This procurement will be conducted under FSC Code: C219; SIC Code: 8711; NAICS Code: 541330. The size standard for this code is $4,500,000.00. To be considered a Small Business under this NAICS Code, the respondents average revenue for the last th ree fiscal years cannot be more than $4,500,000.00; if the average revenue for the last three fiscal years is over $4,500,000.00, the respondent is a Large Business. This announcement is open to all firms regardless of size. One contract will be negotiat ed and will be awarded within one year after the required response date to this announcement. The total contract amount will not exceed $ 3 million for a duration not to exceed three years. All interested Architect-Engineers are reminded that in accordan ce with the provisions of FAR Sections 19.7, 52,219-8, 52.219-9 or equivalent DFARS Sections, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of this contract, with small and small dis advantaged business. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be a 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). If a large business is selected for this contract, it will be required to submit a detailed subcontracting plan at a later date. A detailed plan is not required to be submitted with the SF 330, however, the plans to do so should be specified in block H of the SF 330. Sacramento Districts recommended goal for work intended to be subcontracted is 51.2% for small business. The goal further states that of the 51.2% to be subcontracted to small business, 8.8% is for small disadvantaged business (subset to small business), 7.3% is for small business/woman owned (subset to small business), 3.1% for HUBZone small business (subset to small business) and 1.5% is for Service-Disabled Veteran-Owned Small business (sub set to small business). If the selected firm submits a plan with lesser goals, it must submit written rationale of why the above goals are not met. Firms should indicate personnel and subcontractors selected to work on the contract and state their manage ment structure. To be eligible for contract award a firm or joint venture must be registered in the DoD Central Contractor Registration (CCR). Register via the Internet Site at http://www.bpn.gov/CCRINQ or by contacting the DoD Electronic Commerce Inform ation Center at 1-800-334-3414 and complete electronic annual representations and certifications at http://orca.bpn.gov. 2. PROJECT INFORMATION: The A-E services are for hydraulic designs and analyses, hydrologic analysis, river engineering, floodplain analyses, sediment engineering, and fluvial geomorphology, as applicable Corps of Engineers Civil Works Projects. These d esigns, analyses, and services are required within the Sacramento and San Joaquin River drainage basins and at other locations within the South Pacific Division civil works boundaries, or with any South Pacific Division customers, as determined by the Cont racting Officer. Capabilities in other disciplines, such as Geographical Information Systems (GIS), groundwater studies, Computer Aided Drafting Design (CADD), topographic and hydrographic survey, and MCACES Cost Engineering are also important elements of the proposed contract. Project support efforts including site reconnaissance, environmental and wetland assessments, wildlife and habitat assessments, and historical assessments in accordance with NEPA and SHPO are included as potential project requireme nts. Task orders under this contrac t may include hydraulic design support for the design of small single purpose dams to large multipurpose dams, hydraulic design associated with rivers, creeks, and flood control levees and channels; hydraulic design and analysis of structures, rivers, and creeks for any purpose including pipelines, sediment yield, sediment transport for rivers, flood control channels, alluvial fans, fluvial geomorphology studies; groundwater studies; analysis of channel and wetland restoration, bio-technical channel stabili zation, and floodplain analyses. Contract requirements will also include hydrologic studies, computer aided design, GIS, hydraulic, or hydrographic field data. The contractor shall be responsible for designs and drawings using computer aided design and d rafting (CADD). Work may be performed in an AutoCAD or MicroStation environment, although the majority of work shall be prepared in the MicroStation environment. GIS work may be field, desktop or Internet based. All final text files generated under this task order shall be furnished to the Sacramento District in Adobe Acrobat (PDF), with a working copy in Microsoft Office MS Word. Drawing files and as-built drawings shall be submitted in AutoCAD or MicroStation, in the same environment as designed, in a ccordance with https://tsc.wes.army.mil/products/standards/aeguide/index.asp, per AE Deliverable Guidelines at https://tsc.wes.army.mil/products/standards/aeguide/aecadd.asp. The target platform is a Pentium 3.0 GHz, 512 MB Ram and 40 GH Hard Drive with Windows XP Professional operating system. Drawings files produced by scanning documents or records or containing photographic images shall be delivered in PDF or Computer-aided Acquisition and Logistic Support (CALS) CCITT Group 4 raster format, as directed. The specifications will be produced in SpecsIntact and delivered in PDF electronic digital files. Additionally, the contractor shall have the ability to deliver two or thr ee-dimensional drawings in the AutoCAD software released 2004, or in MicroStation V8.5. The Government will only accept final documents found to be fully operational without conversion or reformatting. Responding firms must show computer and Internet cap ability for accessing the Criteria Bulletin Board System (CBBS) http://cbbs.spk.usace.army.mil/index.html and the Design Review and Checking System (DrChecks) https://www.projnet.org. Estimates shall be prepared using Corps of Engineers Computer Aided Cos t Estimating system (MCACES Second Generation MII)(software provided by Government) software; however training to use this software and the current pending Cost Book library will require purchasing by the Contractor. 3. SELECTION CRITERIA: Interested firms must have the capability to perform, and a must have a minimum of five years of experience, in the following essential areas of expertise. 1) Hydraulic numerical modeling, steady and un-steady open channel flow 2) Civil design work to produce Plans & Specifications, i.e. quantities, construction drawings, cost estimates using MCACES, and produce specs using SPECSINTACT 3) Sediment transport numerical modeling and analysis 4) Hydraulic design and analysis of spillwa ys, outlet works, energy dissipaters, and water control structures 5) Topographic and hydrographic surveying, both aerial and field surveyed cross-sections, to produce detailed topographic mapping for floodplain and river analyses and designs. The selecti on 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 tiebreakers among technically equal firms. A. Specialized Experience and technical competence in descending order of importance are listed below. When applicable, significant expertise for work within the Sacramento District boundaries will be considered in determining the most highly qualified firms. (1) Hydraulic design and analyses utilizing t he one dimensional H EC-RAS numerical model in steady state and unsteady state modes, and UNET, a one dimensional, unsteady-state numerical model; and hydraulic design and analyses expertise utilizing multi-dimensional numerical models such as RMA-2, FLO-2D, SMS, CCHE2D, and HiVeL2D. (2) Sediment yield expertise and sediment transport analyses expertise (utilizing HEC-6 and SAM); and fluvial geomorphic analysis capability with investigators well educated in the fields of geology, hydrology, and hydraulics. (3) Experience and expertise in Risk Analysis following Corps of Engineers evaluation criteria for same and in the application of pertinent software including HEC-FDA. (4) Hydraulic design and analysis of spillways, outlet works, energy dissipators, dams, and other water co ntrol structures including weirs and various gate configurations. (5) Hydraulic design and analyses for small single watershed hydrology and hydraulics efforts. (6) Topographic and hydrographic surveying capabilities for water resource related studies. (7 ) Flood plain analyses and delineation for rivers and smaller streams and alluvial fans, with experience and expertise in applying FEMA criteria for preparing same. (8) Hydrologic analyses expertise utilizing numerical models such as HMS, WMS, HEC-1, ResSI M, and FFA. (9) MicroStation and Inroads software. (10) Familiarity with Corps of Engineers Civil Works and Military procedures and regulations. (11) Geographic Information Systems (GIS). (12) Geotechnical data collection and analysis pertinent to sediment , fluvial, geomorphology, and channel stability analyses. (13) Design and analysis of culverts, in pressure and open channel flow applications. (14) Numerical modeling of groundwater recharge. B. Past performance on Corps of Engineers and other contracts with respect to cost control, quality of work and compliance with performance schedule. C. Qualified professional personnel in the following key disciplines: Project Management; Civil Engineer; Hydraulic Engineer; Cost Engineer; Hydrologist; Meteorolo gist; Surveyors; Mapping and Digital Ortho Imaging Technicians; GIS Specialists; GIS Technicians; CADD Designers; CADD Technicians; CADD Operators; and Hydro Geologists. The evaluation will consider education, training, registration, overall relevant expe rience and longevity with the firm. D. Capacity to accomplish the work within the required timeframe including professional qualifications of firms staff and subcontractors to be assigned to the projects which are necessary for satisfactory performance in the required time; and capacity to accomplish work in multiple locations simultaneously. E. Volume of DoD contract awards in the last 12 months as described below. F. Location of the firm in the general geographical area of the Sacramento District. G. Extent of participation of small business, small disadvantaged business, woman-owned small business, historically black colleges and universities or minority institutions in the proposed contract team, measured as a percentage of the total estimated e fforts. 4. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit ONE (1) completed SF 330 (6/2004) US Government Architect-Engineer and Related Services Questionnaire for Specific Project for themselves and ONE (1) completed SF 330 Part II (June 2004 edition) for themselves and one for each of their subcontractors to the office shown above, ATTN: A-E Administration Section. The SF 330 shall not exceed 100 pages, not counting any dividing page used to identify each SF 330 Section. In block E of the SF 330 provide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project experience for key team members; and indicate the team members role on each listed project (i.e. project manager, design engineer, etc). In block D of the SF 330, provide the quality management plan and organization chart for the proposed team. In block H of the SF 330 indicate the number and amount of fees awarded on DoD (Army, Navy, and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. A task specific quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Responses received by the close of business (4:00 pm) the day of the closing dat e will be considered for selection. If the closing date is a Saturday, Sunday or Federal holiday, the deadline is the close of business on the next business day. POINT OF CONTACT: Mr. William Mullery (916) 557-6944. No other notification will be made an d no further action is required. Solicitation packages are not provided for A-E contracts. This is not a request for proposals. All responsible sources may submit the required SF 330, which shall be considered by the agency.
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
Country: US
 
Record
SN01226069-W 20070207/070205222852 (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.