Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2009 FBO #2746
SOURCES SOUGHT

C -- INDEFINITE DELIVERY A-E CONTRACT FOR MISCELLANEOUS HYDROLOGIC AND HYDRAULIC DESIGN FOR THE ST. LOUIS DISTRICT, U.S. ARMY CORPS OF ENGINEERS RESTRICTED TO SMALL BUSINESS SET-ASIDE.

Notice Date
6/1/2009
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U. S. Army Engineer District St. Louis CE, CEMVS-CT, US Army Engineer District, St. Louis, ATTN: CEMVS-CT, 1222 Spruce Street, St. Louis, MO 63103-2833
 
ZIP Code
63103-2833
 
Solicitation Number
W912P909R0739
 
Response Due
6/30/2009
 
Archive Date
8/29/2009
 
Point of Contact
Lisa Marie White, 314-331-8518<br />
 
E-Mail Address
US Army Engineer District, St. Louis
(lisa.white@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
C--INDEFINITE DELIVERY A-E CONTRACT FOR MISCELLANEOUS HYDROLOGIC AND HYDRAULIC DESIGN AND RELATED WORK FOR AREAS SELECTED BY THE ST. LOUIS DISTRICT, U.S. ARMY CORPS OF ENGINEERS RESTRICTED TO SMALL BUSINESS SET-ASIDE. Technical POC James A. Lamkins, (314) 331-8897, Contract Specialist, Lisa White (314) 331-8518. (Site Code W912P9) Solicitation W912P9-09-R-0739. Classification Service Code C, NAICS code is 541330. 1. CONTRACT INFORMATION. Services of a qualified A-E firm are sought to provide professional engineering services for all aspects of hydrologic and hydraulic design type projects. Contract work is intended primarily for projects within the geographical boundary of the Mississippi Valley Division (MVD). However, work may be awarded for projects located outside the MVD boundary on an approved basis as determined by the Contracting Officer. Subject to program requirements, the Government intends to negotiate and award one small business set-aside indefinite delivery contract within one year after the required response date to this announcement, but reserves the right to award one additional small business set-aside indefinite delivery contract. The contract(s) will be awarded in the order of ranking determined by the selection approval authority. Each contract will have a base period not to exceed one year and four option periods not to exceed one year each. The amount of work in each contract period will not exceed $500,000 ($2,500,000 total per contract). However, an option period may be exercised at the Governments sole discretion when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. Furthermore, any unused capacity may be rolled over to the next contract period at the Governments sole discretion. Yearly rate schedules with annual cost escalation will be negotiated for the contracts. On each individual contract, the first years rate schedule shall become effective the day of contract award, and shall be in effect for 1 year from contract award. Subsequent rate schedules shall become effective on the yearly anniversary dates from contract award. Work will be issued by negotiated firm fixed-price task orders, not to exceed the contract amount. The Contracting Officer will consider the following and other relevant factors in deciding which Contractor will be selected to negotiate an order: performance and quality of deliverables under the current contract, current capacity to accomplish the task order in the required time, uniquely specialized experience, geographic location, and equitable distribution of work among Contractors. This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6 and supplements thereto. A firm will be selected for negotiation based on demonstrated competence and qualifications to accomplish the required work. This contract is set aside for small businesses only. North American Industrial Classification System (NAICS) code is 541330, which has a size standard of $4,500,000 in annual average receipts. Each firm responding to this announcement must indicate their size status under the specified NAICS code and state if they are currently certified as a small business firm. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, relative to the employees home office location. Prior to contract award, a firm must be registered in the DOD Central Contractor Registration (CCR). Registration can be made via the CCR Internet site at http://www.ccr.gov or by contacting the DOD Electronic Commerce Information Center at 1-(800)-334-3414. 2. PROJECT INFORMATION: Services to be provided may include hydraulic and hydrologic special reports, feasibility studies, development of design criteria, preliminary or final hydraulic designs of hydraulic structures, operational studies, flood insurance studies, storm sewer design, fish passage facilities, spillways, outlets, navigation locks, high and low velocity channels and preparation of portions of contract plans and specifications. Firms must have a full range of capability for these types of services. Use of the metric system of measurement may be required for some deliverables under the proposed contract; however, metric system experience is not a selection criterion and is not required for selection. 3. SELECTION CRITERIA: The selection criteria, is in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-d are primary and criteria e-f are secondary and will only be used as tie breakers among technically equal firms. a. Specialized Experience and Technical Competence: (1) hypothetical and historic flood analysis through watershed modeling, flow frequency analysis, profile analysis using both steady and unsteady flow methods (HEC-1, HEC-HMS, HEC-GeoHMS, HEC-2, HEC-RAS, HEC-GeoRAS, UNET), multi-dimensional modeling (SMS, RMA2, ADH), interior flood hydrology (HEC-IFH), reservoir routing/operational studies, dam break analysis (HEC-RAS), sediment analysis, design type projects and reports such as Lake Sediment Analysis, hydraulic design of structures, hydraulic and hydrologic computer programming, water data management using HEC-DSS, HEC-DSSVue, GIS capabilities (ArcGIS 9.2) and knowledge, and report preparation; (2) Computer facilities to operate hydrologic hydraulic programs; (3) Quality management procedures to include Quality Control Plans; (4) Ability to deliver CADD files in the Bentley Microstation format. b. Professional qualifications: Qualified and registered key personnel in the disciplines of hydraulic and hydrologic engineers, hydrologists, sedimentation engineers, computer programmers, technicians and draftsmen. The evaluation will consider education, training, registration, relevant experience, and longevity with the firm. c. Capacity to accomplish work: Firms must have the capability to complete up to three major task orders simultaneously in a one-year period as required to maintain delivery of a quality product on a timely schedule. The evaluation will consider the availability of an adequate number of key personnel and equipment availability. d. Past performance: Past performance on similar Department of Defense contracts and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from ACASS/CPARS/PPIRS, credible documentation included in the SF330 and other sources. e. Geographic Proximity: Location of the firm and geographic proximity to the St. Louis District office headquarters. f. Equitable Distribution of DOD Contracts: Evaluation will consider the volume of DOD A-E contract awards in the last 12 months. The objective is to achieve an equitable distribution of DOD A-E contracts among qualified firms by ranking firms with lower total volume higher. 4. SUBMISSION REQUIREMENTS. Interested small business firms having capabilities to perform this work must submit four copies of completed SF 330 to, Attn: Lisa White, CEMVS-CT-X, 1222 Spruce Street, St. Louis, MO 63103-2833 not later than 3:00 PM local time on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday or Federal holiday, the deadline in 3:00 PM local time of the next business day. Include each firms DUNS number on SF 330, Part I, Block 5 and Part II, Block 4. In SF 330, Part I, Section D, include an organization chart of the key personnel to be assigned to the project. In SF 330, Part I, indicate in Section C-11 or Section H if the prime has worked with the team members in the past five years and the estimated percentage involvement of each firm on the proposed team. In section H describe the firms overall Design Quality Management Plan (DQMP) (A project specific design quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission). Also include in section H the number and amount of fees awarded on DOD contracts during the twelve months prior to this notice, including change orders and supplemental agreements for the submitting office only. No other notification to firms under consideration for this work will be made. Solicitation packages are not provided. This is not a Request for Proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAED/CEMVS-CT/W912P909R0739/listing.html)
 
Place of Performance
Address: US Army Engineer District, St. Louis ATTN: CEMVS-CT, 1222 Spruce Street St. Louis MO<br />
Zip Code: 63103-2833<br />
 
Record
SN01832375-W 20090603/090601234904-55659152d3460852b875087aecd83d8f (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.