SOLICITATION NOTICE
C -- Indefinite Delivery Indefinite Quantity A-E Contract for Hydrologic and Water Management for Civil Works Projects and Military Installations within the geographical boundaries of the South Pacific Division
- Notice Date
- 2/4/2008
- 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
- W91238-08-R-0009
- Response Due
- 3/5/2008
- Archive Date
- 5/4/2008
- Point of Contact
- Carolyn E Mallory, 916-557-5203
- E-Mail Address
-
Email your questions to US Army Engineer District, Sacramento
(Carolyn.E.Mallory@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. One or more firms will be selected for negotiation based on demonstrated competence and qualifications for the requi red work. See government-wide numbered notes 1 and 24. A-E services required encompass all aspects of hydrologic and water management analysis for water resource public works projects, environmental restoration projects, water quality projects, water con trol data systems or hydrologic or water resource/quality aspects of military construction projects primarily in Northern and Central California, but may also be used within the civil and military boundaries of the Sacramento District (SPK) area of respons ibility (AZ, CA, NM, NV, UT, and parts of CO, WY, OR and ID), within the South Pacific Division (SPD) (Sacramento, San Francisco , Los Angeles and Albuquerque Districts) area of responsibility, or within any of SPKs or SPDs specific customers geographic bo undaries, as determined by the Contracting Officer. The projects may be in the preauthorization phase or authorized by Congress to proceed to construction. Services may also be used to support the Corps of Engineers (COE) during flood emergencies. The e nd result of these studies/projects will primarily be Hydrology Office Reports, Technical Appendices to planning or design documents, and Water Control Manuals. A specific scope of work and services required will be issued with each task order. The North American Industrial Classification System code (NAICS) is 541330, Engineering Services, which has a small business size standard of maximum $4.5 million of average annual receipts for the preceding 3 fiscal years. The Standard Industrial Code (SIC) is 87 11. This requirement is a 100% small business set-aside. The contract(s) will be negotiated and awarded within one year after the required response date to this announcement. A Firm, Fixed-Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ) con tract will be negotiated and is anticipated to be awarded in June 2008. The contract will be for a maximum of a one-year base period from the date of award and will contain options to extend 4 additional one-year periods. The contract amount for the base period and any option will not exceed $2,400,000 for each period. The total contract amount shall not exceed $12,000,000. Individual task orders shall not exceed the annual contract amount. The options may be exercised at the discretion of the Governme nt. At the discretion of the Government, the option years may be exercised early if the Total Estimated Price is exhausted or nearly exhausted. If the option is exercised prior to the one-year anniversary of the contract award date, or the anniversary of exercising an option, the new option year rates will take effect on the anniversary date of the contract period. If the Total Estimated Price of the base year or any option year is not awarded within that years 12-month performance period and the Govern ment has elected to exercise a subsequent option year, the remaining unused dollar amount may be added on to the Total Estimate Price of the option period being exercised. At the discretion of the Government, if an option year is exercised early and unuse d capacity is rolled over, the Government may extend the period of service to coincide with the anniversary date of that period. The minimum guarantee for the base year of the contract will be $24,000. Since more than one contract may be awarded as a res ult of this announcement for the same or similar work, selection for task order awards will be made as follows: (1) All awards will be given a fair opportunity to be considered for each task order award in exceed of $2,500; (2) In making selection of the a wardee to receive a specific task order, the Contracting Officer will consider past performance of previous task orders, quality of previous task orders, timeli ness of previous task orders, cost control, the firs strength and previous experience in relation to the work requirements and geographic location described in the statement of work for each task order. Details of the selection process will be included i n the resultant contract(s). 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 e mployees office location (not the location of the work). Firms should indicate personnel and subcontractors selected to work on the contract and state their management structure. To be eligible for contract award, a firm or joint venture must be register ed in the DoD Central Contractor Registration (CCR). Register via the Internet Site at http://www.ccr.gov/, or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414 and complete annual representations and certifications at https:/ /orca.bpn.gov. Contractor Performance Evaluations: In accordance with the provisions of Subpart 36.604 (Performance Evaluation) of the Federal Acquisition Regulation (FAR), A-E contractors performance shall be evaluated throughout the performance of the contract. The United States Army Corps of Engineers (USACE) follows the procedures outlined in Engineering Pamphlet (EP) 715-1-7 to fulfill this FAR requirement. For A-E contracts awarded at or above $30,000.00, the USACE will evaluate contractors perf ormance and prepare a performance report using the Architect-Engineer Contract Administration Support System (ACASS), which is now a web-based system. After an evaluation (interim or final) is written up by the USACE, the contractor will have the ability to access, review and comment on the evaluation for a period of 30 days. Accessing and using ACAASS requires specific software, called PKI certification, which is installed on the users computer. The certification is a Department of Defense requirement and was implemented to provide security in electronic transactions. The certification software could cost approximately $110 - $125 per certificate per year and is purchased from an External Certificate Authorities (ECA) vendor. Current information abou t the PKI certification process and for contacting vendors can be found on the web site: http://www.cpars.navy.mil/. If the Contractor wishes to participate in the performance evaluation process, access to CCASS and PKI certification is the sole responsi bility of the Contractor. The Secretary of the Armys Contractor Manpower Reporting (CMR) requirement will be incorporated into the anticipated contract. The annual CMR requirement will apply to each task order which is funded by Army dollars; supports a n Army mission; which benefits or supports any Army military, civilian, or contractor personnel; or when the Army is the executive agency for the mission being support. The A-E will be allowed to include their costs for compliance with the CMR requirement as a line item in their price proposal for each task order subject to the CMR requirement. Further information is available at https://cmra.army.mil. 2. PROJECT INFORMATION: Task orders to be issued under this contract may include collection, r eview, and evaluation/ analysis of hydrologic data. Analysis may include determining watershed physiography, rainfall-runoff relationships, hydrologic flood routing coefficients, flow-frequency analysis, flow-duration analysis, concurrent precipitation an d flow, temporal and spatial distributions of rainfall, water quality analysis, design and development of water control data systems, geographic information systems (GIS) development and analysis and/or determining wind-wave action. Additionally, reservoi r optimization and systems optimization will be included. Work tasks may be principally either technical analysis or technical writing in nature. Technical wr iting assignments will consist of preparing reports and correspondence describing watershed characteristics, basic data compiled, hydrologic procedures used, study results, and reservoir regulation. Written materials may be in the form of Hydrology Office Reports, Survey Reports, Water Control Manuals, Water Quality Reports, Post Flood Reports, or memoranda. Contractor will be responsible for obtaining independent technical review (ITR). If agreed, the ITR may be performed by the Corps. Hydraulic engine er, civil site engineering and surveying may be included in task orders. The contractor shall be responsible for designs and drawings using computer-aided design and drafting (CADD), per the A/E/C CADD Standard (see https://tsc.wes.army.mil/products), and delivering the three dimensional drawings in the Bentley MicroStation software, Version 8.5 or higher, electronic digital format. The Government will only accept the final product in full operation, without the need for conversion or reformatting, in the Bentley MicroStation format Version 8.5 or higher format on the target platform specified herein. The target platform is a Pentium 3.0 GHz, 1 GB Ram, and 250 GB Hard Drive with Microsoft Windows XP operating system. Advanced application software used in preparing drawings shall be delivered in versions compatible with MicroStation V8.5. Drawings produced by scanning drawings of record or containing photographic images shall be delivered in a raster format compatible with the Raster Reference Manager buil t into MicroStation V8.5, Bentleys Descartes V8.5, or ZI Imaging's IRAS/C version 8.7 or higher, or Bentleys IRAS/B Version 8.5 or higher.. Additionally, the contractor shall have the capability of producing designs and drawings in full operational stat us, without the need for conversion or reformatting, in the AutoDesk AutoCAD release 2004 format on the target platform specified herein. Drawings produced by scanning drawings of record or containing photographic images shall be delivered in a raster for mat compatible with the target platform and AutoCAD electronic digital format. Drawing files shall also be delivered in Adobe Acrobat Portable Data Format (PDF). The specifications will be produced in SPECSINTACT with Extensible Markup Language (XML) usi ng the Unified Facilities Guide Specifications (UFGS). In addition to the format specified above, specification files shall also be delivered in Abode Acrobat Portable Data Format (PDF). Documents provided by the contractor to the Government must be comp atible with MS Word 2000 or 2003 on the target platform. Spreadsheet products provided by the contractor to the Government must be compatible with MS Excel 2000 or 2003 on the target platform. Rainfall runoff modeling done by the contractor for the Gover nment must be performed using HEC-HMS/GEO-HMS. Contractor will use HEC-1 only when specifically requested by the Government in writing. Flow-frequency analysis done by the contractor for the Government must be performed using HEC-FFA or HEC-WRC. Reservoir r outings must be done in HEC-RES-SIM. Contractor will use HEC-5 only when specifically requested by the Government in writing. Data provided to the Government must be provided in a HEC-DSS database, if the data type is appropriate for this utility. Geogr aphic Information System (GIS) products provided by the contractor to the Government must be compatible with ArcMap-ARC/INFO 9.0 run on a Windows based system. The contractor shall have the capability to utilize ArcIMS, 3D Analyst, Spatial Analyst, and Ima ge Analyst. The contractor must have ARC/INFO GRID and TIN modeling capability. Contractor must use Spatial Data Standards for Facilities Infrastructure and Environment (SDSFIE latest Version and the Federal Geographic Data Committee (FGDC) Metadata Stand ards latest version. In general, Civil works products will be generated in MicroStation and Military products will be generated in AutoCAD. Responding firms mu st show computer and Internet capability for accessing the Criteria Bulletin Board system (CB BS) and the DrChecks for design review. Estimates shall be prepared using Corps of Engineers Computer Aided Cost Estimating system (MCACES Gold)(software provide d by Government) software. Construction Phase Services may also be required. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Criteria (a) through (d) are primary. Criteria (e) through (g) are secon dary and will only be used as tie-breakers among technically equal firms. a. Specialized experience and technical competence in hydrologic investigations following guidance presented in COE Engineering Memoranda (EMs), Engineering Regulations (ERs), and Engineering Circulars (ECs), including the following areas: (1) Flow-frequency analysis following WRC Bulletin 17B guidelines, including regional analysis and separation of snowmelt, cloudburst, and general rainstorm floods. Analysis may require evalu ation of non-homogeneous flow data. (2) Rainfall-runoff modeling to develop hypothetic al floods, and reproduce observed events. Analysis may include determining watershed physiography, hydrologic flood routing coefficients, concurrent precipitation and f low, loss rates, impervious areas, snowmelt, precipitation frequency, and the temporal and spatial distributions of rainfall. (3) Development of Probable Maximum Precipitation (PMP) and Probable Maximum Floods (PMF) for dam spillway design. (4) Developme nt of unregulated flow from gaged flow data, inflow records at existing flood control projects, diversion records, and streamflow routings. (5) Development of regulated frequency curves from regulation criteria, reservoir routings, and gaged flow data. ( 6) Flow-duration analysis and evaluation of environmental flow regimes. (7) Interior drainage and local flow analysis. (8) Development of evaporation, seasonal precipitation, and seasonal runoff volumes. (9) Sediment and debris yield estimates. (10) De termining wind-wave setup and runup for levee and dam design. (11) Perform field surveys to validate assumptions and ascertain actual physical characteristics of study area. (12) Risk-based analysis of Water Resources Projects to determine reliability an d true exceedence. (13) Preparation of technical documents formatted to COE standards. (14) Development of Water Control Plans and Water Control Diagrams for single reservoirs and systems of reservoirs. (15) Development of reservoir sizing for flood con trol, water supply, and environmental enhancements. (16) Water Quality Analysis. (17) Development and deployment of water control data systems. (18) Integration of GIS with hydrology and hydraulic studies, and in data presentation. (19) Hydraulic engin eering, civil site engineering and surveying. b. Past performance on Corps of Engineers and other contracts with respect to cost control, quality of work and compliance with performance schedules. c. Qualified professional personnel in the follo wing key disciplines: civil engineer/hydraulic engineer/hydrologist specializing in hydrology, reservoir operations, and water management; Meteorologist; GIS Specialist; GIS technicians; Database Administrator; CADD Designers; CADD technicians; CADD Operat ors; Surveyors; and Mapping and Digital Ortho Imaging technicians. The evaluation will consider education, training, registration, overall relevant experience and longevity with the firm. d. Capacity of the lead firm to accomplish work in the required time frame including professional qualifications of firms staff and consultants to be assigned to the projects which are necessary for satisfactory performance in the required services, and capacity to accomplish work in multiple locations. e. Volum e 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 off ice. g. Extent of participation of small business, small disadvantaged business, woman-owned small business, HUBZone small business, veteran-owned small business, service-disabled veteran-owned small business, historically black colleges and universi ties or minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. 4. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submi t 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 (6/ 2004 edition) for themselves and one for each of their subcontractors to th e office shown above, ATTN: A-E Negotiations Unit. The SF 330 shall not exceed 100 pages. 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 membe rs; 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 nu mber and amount of fees awarded on DoD (Army, Navy, and Air Force) contracts during the 12 months prior t o this notice, including change orders and supplemental agreements for the submitting office only. A task specific quality control plan must be prepa red 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 date will be considered for selection. If the closing date is a Satu rday, Sunday or Federal holiday, the deadline is the close of business on the next business day. No other notification will be made and no further action is required. Solicitation packages are not provided for A-E contracts. This is not a request for pr oposals. All responsible sources may submit the required SF 330 which shall be considered by the agency. POINT OF CONTACT: Mr. Stanley Ho (916) 557-6677.
- Place of Performance
- Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA
- Zip Code: 95814
- Country: US
- Zip Code: 95814
- Record
- SN01499707-W 20080206/080205051238 (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 |