SOLICITATION NOTICE
C -- INDEFINITE DELIVERY TYPE CONTRACT FOR HYDROLOGIC ENGINEERING SERVICES, FOR THE OMAHA DISTRICT CORPS OF ENGINEERS.
- Notice Date
- 6/27/2008
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Omaha, US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
- ZIP Code
- 68102-1618
- Solicitation Number
- W9128F-08-R-0005
- Response Due
- 7/31/2008
- Archive Date
- 9/29/2008
- Point of Contact
- Janice Cook, 402/995-2052
- Small Business Set-Aside
- Total Small Business
- Description
- CONTRACT INFORMATION: This contract is being 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 work. An Indefinite Delivery Type Contract for Hydrologic Engineering Services under the jurisdiction of the Omaha District Corps of Engineers will be negotiated and awarded for a one-year base period and four one-year option periods. The total capacity of the contract will not exceed $5,000,000.00. Task orders will be issued from time to time as the need arises during the contract period. The amount of the Task Orders will not exceed the total contract amount. North American Industrial Classification System (NAICS) Code is 541330, which has a size standard of $4,500,000 in average annual receipts. This contract is set-aside for small businesses only. To be eligible for contract award, a firm or joint venture must be registered in the DoD Central Contractor Registration (CCR). PROJECT INFORMATION: Types of services required will include hydrographic and land surveys using Global Positioning System (GPS) or other electronic positioning system and electronic depth sounders; river sediment transport analysis and alluvial geomorphology assessments; reservoir area-capacity analysis using Omaha District software programs or approved alternatives; reservoir aggradation/degradation assessments, including but not limited to, backwater assessments; groundwater assessments and trend analysis; stream bank and streambed erosion assessments; long-term sediment and river stage trend analysis; sediment yield analysis and small detention reservoir sizing; river modeling / floodplain analysis of existing baseline conditions and design alternatives with applicable models for one-dimensional (HEC-2, HEC-RAS, UNSTEADY RAS, or similar) and two-dimensional (RMA-2, ADH, or similar) evaluations with steady/unsteady flow and sediment transport; floodplain analysis using applicable computer software programs, including floodway computerations, floodplain delineation of water surface profiles and CLOMR/LOMR development and processing according to Federal Emergency Management Agency (FEMA) criteria in support of the National Flood Insurance Program (NFIP); hydraulic computerations for planning and design of flood control and channel restoration projects to include channel improvements, detention ponds, levees, floodwalls, nonstructural measures or combination of the same, conceptual construction quantity estimates of earthwork and concrete/steel for comparison purposes and budgeting and programming requirements; hydraulic design of stilling basins, spillways, chutes, outlet works, culvers, drop structures, energy dissipation structures for same, and riprap design for energy dissipation and bank protection; non-point source of water surface modeling using AGNPS or other applicable models; hydrologic design and analysis for flood warning system; statistical analysis of stream flow records to develop discharge-frequency relationships, flow duration characteristics and volume-probability relationships; hydrologic analysis of watershed using computer software programs including HEC-5, DAMBRK, HEC-HMS and UNET; preparation of reservoir operation manuals. This will include alternative development and analysis, and development of decision support documents; hydrologic design of wetland mitigation basins; preparation of dam failure contingency plans and flood inundation mapping, statistical analysis of meteorological data; design and analysis of interior drainage facilities for flood protection projects; surface water supply analysis; lake/stream water quality modeling using approved computer software programs; risk and uncertainty analysis of water resource projects and HEC-FDA; digital mapping in current FEMA format for all flood boundary submittals in support of the NFIP; and related computer services, programming and data preparation. The primary work area will be within the Civil and Military boundaries of the Omaha District, but work may also be completed within the Civil and Military boundaries of the Northwest Division of the Corps of Engineers. Professional qualifications and specialized experience of the proposed tem members (including consultants) in providing services similar to those listed above in the following disciplines: Hydrologic Engineering; Hydrographic Surveying; General Civil Engineering; GIS; CADD, etc. SELECTION CRITERIA: The selection criteria for this particular project are listed below in descending order of importance (first by major criterion and then by each sub-criterion): (1) Offerors Experience, Past Performance and Personnel. a) Experience Hydrologic Engineering and Related Services; b) Past Performance on Similar Projects; c) Personnel Prime Contractor and Subcontractors. (2) Technical Capabilities and Equipment. a) Engineering Software and Hardware; b) Hydrographic Surveying; c) Water Quality Sampling. (3) Project Management Plan. (4) Small Business Ability to Perform. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit two copies of Standard Form (SF 330), Parts I and II, for the prime firm and all consultants. Your package should be clearly labeled with the solicitation number and addressed to: U.S. Army Corps of Engineers, Attn: Jan Cook, Contracting Division, 1616 Capitol Ave, Omaha, NE 68102. Due to heightened security at Government installations, those offerors who have their submittals hand-delivered shall contact Jan Cook, Contract Specialist, at (402)995-2052 prior to delivering to the address shown above. Submittal must be received no later than 2:00 CDT, 31 JULY 2008. Personal visits for this solicitation to the Omaha District office will not be scheduled. Solicitation packages are not provided for A-E contracts. This is not a request for proposal. The SF330 Part I shall not exceed 50 pages (8.5 x 11), including no more than 5 pages for Section H. Each side of a sheet of paper is a page. Use no smaller than size 10 font type. In the event the selected firm decides to utilize personnel in the performance of this contract for which resumes were not submitted prior to award, the firm shall prior to the utilization of these personnel, submit their resumes to the Contracting Officer for approval. The qualifications of the substituted personnel must be equal to or better than those whose resumes were submitted. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. Any prospective offeror must be registered in the Central Contractor Registration (CCR) databse and have an active registration on Online Representations and Certifications Application (ORCA) in order to be eligible for award. Points of contact: Ms. Jan Cook, telephone (402) 995-2052 or e-mail jan.m.cook@usace.army.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=12a4389e33e355ab4d96cdb47d2c593f&tab=core&_cview=1)
- Place of Performance
- Address: US Army Corps of Engineer - Omaha District 1616 Capitol Avenue Omaha NE
- Zip Code: 68102
- Zip Code: 68102
- Record
- SN01602701-W 20080629/080627215952-12a4389e33e355ab4d96cdb47d2c593f (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 |