Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2009 FBO #2864
SOLICITATION NOTICE

C -- Physical and Numerical Hydraulic Modeling and Hydraulic, Hydrologic, and Water Management Engineering and Design Services throughout the Seattle District Geographic Boundaries

Notice Date
9/25/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-09-R-0087
 
Response Due
10/27/2009
 
Archive Date
12/26/2009
 
Point of Contact
Scott Britt, (206) 764-3517
 
E-Mail Address
US Army Engineer District, Seattle
(Scott.W.Britt@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. GENERAL ANNOUNCEMENT INFORMATION This is not a request for proposals (RFP), this is an invitation for submittals from Architect-Engineer firms for evaluation and selection of one or more highly qualified firms to receive an upcoming RFP The U.S. Army Corps of Engineers, Seattle District requires Physical and Numerical Hydraulic Modeling and Hydraulic, Hydrologic, and Water Management Engineering and Design Services to support its mission. Procurement of these services is in accordance with PL 92-582 (Brooks Act) and FAR Part 36. After evaluation, up to two (2) most highly qualified architect-engineer (A-E) firms will be selected to receive a solicitation and resultant contract award. Selection of one or more highly qualified firms shall be based on demonstrated competence and qualifications for the required work. The contract(s) shall be for a base period of Not to Exceed (NTE) $2,000,000 and two option periods at NTE $2,000,000 each. Exercise of an option period shall be at the discretion of the Government before expiration of the previous period. A specific scope of work and services required will be issued with each task order. The maximum of each task order will not exceed the annual contract amount. Work may begin as early as early February 2010. The contract(s) will be available for use by other USACE elements. This announcement is open to all businesses regardless of size. Determination of business size is in accordance wit the North American Industry Classification (NAICS) code and its corresponding size standard. The NAICS code for this procurement is 541330. The size standard for this code is $4.5 million. This means that, for the purposes of this procurement, a firm is a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $4.5 million. For information concerning NAICS and SBA size standards, go to http://www.sba.gov If a large business is selected for this contract, it must comply with FAR 52.219-9. Subcontracting goals for this contract are a minimum of 70.0%, meaning efforts shall be made to dedicate 70% of the proposed subcontracting amount to small businesses (SB), including small disadvantaged business (SDB) 6.2%, small women-owned businesses 7.0%, HUBZone small businesses 9.8%, Veteran Owned small businesses 3.0%, and Service Disabled Veteran owned small business 0.9%. 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, as determined relative to the employees office location (not the location of the work). To be eligible for contract award, a firm must have a current registration in Central Contract Registry (CCR). Register via the CCR Internet site at http://www.ccr.gov or by contacting the CCR Help Line at 1-888-227-2423. 2. PROJECT INFORMATION. Requisite services will include a wide range of engineering and technical studies in the water resources civil works field. The A-E will be expected to perform all levels of hydraulic design, analysis of hydraulic control structures, hydrologic analyses, geomorphological analysis, water management studies on various rivers and streams, and coastal hydraulic engineering throughout the Seattle District geographical boundaries. Major rivers within these boundaries include the Nooksack, Skagit, Stilliguamish, Snohomish/Skykomish/Snoqualmie, Cedar, Green, Puyallup, Nisqually, Deschutes, and Chehalis Rivers. In addition, these streams include all major rivers and streams of the Olympic Peninsula, as well as the Columbia River and all of its major tributaries upstream of the confluence with the Snake River. The Seattle District geographical boundary extends from the west coast of Washington State east to the Rocky Mountain crest in western Montana, and from the Canadian border south to the basin limits of the aforementioned Columbia River tributaries. Coastal areas include all coastal regions on the Pacific Ocean north of the mouth of the Columbia River as well as the inland waters of the Strait of Juan de Fuca and Puget Sound up to the Canadian border. Requisite work includes the technical areas listed below: 1) Physical and Numerical Hydraulic Modeling A-E must perform physical and numerical modeling of hydraulic features of projects as well as develop and execute prototype data collection activities including hydraulic data such as 1-D, 2-D, and 3-D flow velocity, depth, and turbulence. Physical modeling includes clear water as well as sediment transport in mobile bed models, pressure flow, free surface flows, and hydraulic control and conveyance structures in rivers and reservoirs. In addition, physical modeling may include the use of air to simulate high velocity circulation, flow velocity, and pressure. Numerical modeling includes development and/or modification of 1-D clear water and sediment transport, 2-D, and 3-D numerical hydrodynamic models; and display and documentation of results using visualization software; and hydraulic analysis of channels using 1-dimensional and 2-dimensional analyses for steady and unsteady flow situations and 3-D modeling in dam forebay and tailrace environments. Numerical modeling may also include development and/or modification of 1-D and 2-D water quality models. 2) Structural Hydraulics Hydraulic design and analysis of fish passage facilities related to juvenile and adult salmonid passage; hydraulic design and analysis for spillways, outlet works, and hydroelectric power facilities; hydraulic analysis and design of high and low velocity channels; preparation of hydraulic portions of dam safety studies; hydraulic design of levees both federal and non-federal; and hydraulic design of navigation channels, lock structures, and canals. 3) River Hydraulics and Sedimentation Ground surveys of channel and overbank cross sections of streams; design and analysis of channel restoration and stabilization projects; collection and analysis of sediment transport and bed materials samples; fluvial geomorphologic analysis of sediment transport in rivers, streams, lakes, and estuaries; and development of sediment yield estimates for volcanic or mountainous watersheds. 4) Hydrology Hydrologic analysis of basin runoff from both rain- and snowmelt-driven watersheds; development of hypothetical hydrographs; interior runoff behind levees and flood control structures to assess pumping and ponding requirements; and analysis of hydrologic processes including precipitation, runoff, and statistical analyses of hydrological data to produce pertinent statistical relationships as specifically needed. 5) Reservoirs and Water Management A-E must have the capability to assess needs for and design programs for water quality sampling; and modeling and evaluation of water quality information. In addition, the work may include development of water supply forecasts; determination of reservoir storage capacities; and reservoir modeling for multipurpose projects for flood control, navigation, low-flow augmentation, water supply, hydropower, recreation, and Endangered Species Act (ESA) related flow objectives. Anticipated work may also include studies of real-time reservoir management, and preparation of Water Control Manuals for civil works projects. 6) Coastal Hydraulics A-E must have capability to perform analytical and/or numerical studies for the design of coastal structures including jetties, breakwaters, and revetments. A-E must have capability to perform sediment transport analysis in support of beach nourishment design and dredge material management. AE may be required to arrange field collection of bathymetry, wave, current, and sediment transport data. 7) Prototype Data Collection The A-E may be required to develop and execute prototype data collection activities for information such as hydro-acoustic surveys; water quality sampling such as temperature, dissolved oxygen, total dissolved gas; and sediment sampling in rivers, streams, and reservoirs. 8) Other technical capabilities: The most highly qualified firm(s) must be able to produce drawings, data sheets, reports, etc., in electronic format compatible with Seattle District software capability; MicroStation DGN format, ArcView/ArcInfo GIS format (ArcInfo export files), and Microsoft Office databases. Metadata will be provided with all geo-referenced data files. Also, the most highly qualified firm(s) is/are expected to be familiar with future climate scenarios and the Global Climate Models (GCMs) that are contained in the Fourth Assessment Report of the Intergovernmental Panel on Climate Change (IPCC) released in 2007. The Contractor should have the capability to incorporate climate change scenarios into risk-informed decision-making. Services that may be requested are taking outputs from GCMs and running them through regional- and local-scale hydrologic models to produce simulated hydrographs. Additional services include, but are not limited to: preparation of study and technical reports; and on-site investigation and analysis related to civil works projects. 3. SELECTION CRITERIA. Department of Defense regulations with regard to selection of A-E firms are based on the professional and technical qualifications necessary for the performance of the required services rather than competitive bidding procedures. Selection criteria for this project will be based on the following, listed in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a f are primary; criteria g and h are secondary, and are used only as tie breakers among technically equal firms. (a) Specialized experience and technical competence. Demonstrated specialized experience and technical competence in hydraulic, hydrologic, coastal, and water management engineering and design utilizing state of the art methodology in the areas of structural, fluvial, dam, and coastal hydraulics; hydrology, river engineering, sedimentation, sediment physical characterization; runoff estimation, reservoir systems analysis, development of hypothetical hydrographs, and basin hydrologic characterization; water quality data collection and analysis; channel morphology evaluation and channel restoration engineering in the Pacific Northwest Region. Experience must be recent, that is, within the last three years. Additional descriptions of requisite experience is as follows: Physical Hydraulic Modeling. Demonstrated performance of studies involving the construction and testing of physical hydraulic models, and prototype testing. Evaluation shall consider physical model facilities and data collection equipment and capabilities. Selection will be based on contractor's demonstration of the ability to perform large model studies, including ability to build and test more than one model at a time. Demonstrated expertise with a range of physical model types, including sectional models of hydraulic structures, general models of large dams, and sediment transport moveable bed models of river channels, will be evaluated as well. Physical Model Capability. Evaluation shall consider physical model facilities and model data collection equipment and capabilities. Numerical Hydraulic Modeling. Development of numerical (1-D, 2-D and 3-D) models of hydraulic and riverine structures; water quality modeling of reservoirs and rivers; and sediment transport modeling in rivers and streams. Utilization and application of model results to design channel restoration, instream flow enhancement, and habitat improvement projects in natural open channel river systems (i.e. relating habitat quantity and continuity to stage and flow); extrapolation of numerical model water quality parameters, bed material, sedimentation. Structural Hydraulics: (1) Hydraulic design of migrant fish facilities (juvenile and adult), high and low head dam facilities, hydraulic control structures, hydraulic design and analysis for spillways and outlet works, and high and low velocity channels. (2) Hydraulic design of navigation facilities, locks, and other related structures. (3) Hydraulic design of levees and bank protection structures. (4) Preparation of hydraulic portions of dam safety studies River Hydraulics and Sedimentation: (1) River and overbank ground surveys and cross sections (2) Channel design, channel morphology, ecosystem restoration/channel restoration, process based channel design, bank protection, riprap sizing, river training structures (groins, pile dikes, etc.). (3) Fluvial geomorphologic analysis and sediment transport analysis of rivers, streams, lakes, reservoirs, and estuaries, and development of sediment yield estimates for mountainous volcanic and non-volcanic watersheds typical of streams within the Seattle Districts geographic boundaries. (4) Hydraulic analysis for water surface profiles and flooded area mapping of rivers and streams. Hydrology: (1) Hydrologic statistical and probability analyses, discharge, precipitation, risk and uncertainty evaluations; period-of-record hydrologic evaluations, ungaged basin evaluations, rainfallrunoff analyses (2) Development of hypothetical storm hydrographs, development of Probable Maximum Precipitation (PMP) and Probable Maximum Flood (PMF) information, hydrograph analysis, spillway design hydrograph development, and reservoir routing analysis. (3) Development and analysis of interior runoff hydrology behind levee systems and flood control structures to determine pumping and ponding volume requirements. (4) Familiarity and experience with arid region stream hydrology, specifically thunderstorm-generated flood events, and also hydrologic characteristics of snowmelt-driven watersheds. (5) Familiarity with future climate scenarios and GCMs as specified in the IPCC AR4. Familiarity with working with hydrologic modeling systems which are suitable for use with outputs from GCMs (i.e., spatially distributed models). Reservoirs and Water Management: Water resources planning and development; reservoir analyses including reservoir modeling of single and multi-objective reservoirs operated for purposes including flood control, conservation storage, water supply, Endangered Species Act (ESA) related flow objectives, and hydropower generation; and studies related to real-time reservoir management for multiple objectives including flood control. Coastal Hydraulics: (1) Familiarity with life-cycle analysis tools for the design and repair of coastal navigation structures and beach nourishment design (2) Development of numerical models for investigation of tidal circulation and wave transformation at coastal inlets (3) Ability to conduct morphological analysis including developing sediment budgets for dredge material management Prototype Data Collection: (1) Procurement and interpretation of hydro-survey data obtained from stilling basins, streams, and waterway channels for model development and condition assessment. (2) Performance of Acoustic Doppler Current Profiler (ADCP) and Acoustic Doppler Velocimeter (ADV), Optical Backscatter Sensor (OBS) data collection, processing and interpretation of river velocities and flows around structures. (3) NELAP/NELAC validated laboratory for WA/Sediment samples. (4) Sediment sample collection and gradation analysis. (5) Water quality characterization (physical, chemical, and biological) of ocean and fresh water systems. Software Proficiency. The Contractor must demonstrate the following in regards to software programs: (1) The ability to build, develop and execute CFD models using Fluent, FLOW-3D, Star CD, StarCCM+, and other CFD programs. (2) Capability to develop grids using grid generation software such as Grid Gen or ICEM-CFD and to present results in visualization software such as TechPlot. (3) Documentation and visualization of numerical and/or physical model results and conclusions using TechPlot or similar graphics program, GIS and CADD programs. (4) CADD/GIS Capability (5) Demonstrated capability to use the following (or similar) programs: River Engineering and Hydrologic Programs: HEC-HMS, HEC-GeoHMS, HEC-RAS, HEC-UNET, HEC-FFA, HEC-2, TABS-2, FLOW-2D, DAMBRK, FEQ, HEC-6, HEC-1, SSARR, HSPF, HEC-FDA, HEC-ResSim, DSSVue, and SMS Water Quality Programs: CE-Qual-W2 (COE 2D reservoir/river model), WESTEX (COE 1D reservoir temperature model), QUAL2E (EPA 1D, steady state river model), HEC5Q (COE 1D reservoir/river model) MIKE11 (DHI 1D dynamic river model), and System Operation and Data Analysis Programs: HEC-5 (HEC-RSS) and HEC-5Q, HEC-ResSim, HEC-DSS, HEC-4, HEC-FFA. Coastal Engineering and Dredge Material Fate and Transport Programs: ADCIRC, CMS-FLOW, STWAVE, CMS-WAVE, BOUSS-2D, PTM, MDFATE, Beach-fx. (b) Professional capabilities. Evaluation of professional qualifications of personnel to be assigned to the project will consider education, training, registration, and longevity of relevant experience. Personnel provided for these services must be professional engineers with experience in hydraulic, hydrologic, geomorphologic, and coastal engineering and design projects. The following disciplines will be evaluated: (1) Project Manager (2) Hydraulic Engineer (3) Geomorphologist (4) Biologist (5) Fisheries Engineer (6) Civil Engineer (7) Hydrologist/Hydrologic Engineer (8) Engineering Technician (9) CADD Specialist (10) GIS Specialist (c) Capacity to accomplish the work in the required time. The capacity to perform multiple task orders concurrently in the required time, flexibility to add resources when required, and strength of project management to include communications, project tracking, and issue resolution will be clearly documented. (d) Past Performance on contracts with respect to cost control, quality of work, and compliance with performance schedules: Past performance of contracts with government agencies and private industry with respect to cost control, quality of work, and compliance with performance schedules within the last ten years as determined from ACASS and other sources. (e) Geographical location and knowledge of the locality of the project: The Contractor must demonstrate knowledge of having performed hydraulic modeling and prototype testing studies for design of migrant fish facilities, high head dam facilities, hydraulic control structures, and navigation facilities within the Western Washington, Idaho, and Montana areas within the geographical boundaries of the Seattle District, as described in part 2 above. The Contractor shall demonstrate knowledge of Pacific Northwest Meteorology (climate and weather), runoff patterns, water quality, geography, and geology as they affect hydrologic, geomorphic, and design parameters for water resource evaluation and design. Additionally, knowledge of the Columbia River basin characteristics (i.e., climate, hydrology) in British Columbia is required as some of the work issued under this contract may be related to the Columbia River Treaty and/or other joint Canadian-U.S. water management studies or operations. (f). Design Quality Assurance. Description of quality control processes used by the firm. Description of management approach that the firm would use on this contract if they are the successful offeror. Should address coordination of disciplines and subcontractors, and include organizational chart showing inter-relationship of management and design team components. (g). Small business participation. In the event of a tie, the extent of participation of small business, small disadvantaged businesses, women-owned small businesses, historically black colleges and universities, and minority institutions, veteran owned small businesses, and service disabled veteran owned small businesses in the proposed contract team will be considered. This information shall be clearly presented in the submittal. (h)Volume of DOD work: In the event of a tie, there may be evaluation of DOD contract awards within the last 10 years. NOTE: The announcement for this project is very specific in its criterion requirements. Evaluation Board members are often overwhelmed with information in submittals and details can be hard to find. Pay attention to the specific requirements of each criterion and plainly state your teams ability to comply with every technical requirement. It is strongly suggested that you address the requirements of each criterion in its own section. Feel free to provide charts or other tools that provide easy reference. Keep in mind that merely mentioning experience is not the same as demonstrating experience. 4. SUBMISSION REQUIREMENTS: See Note 24 at http://cbdnet.gpo.gov/num-note.html for general submittal requirements. Interested firms having the capabilities and qualifications to perform this work must submit one copy of the SF 330 Part I and II to Scott Britt, Contracting, US Army Corps of Engineers, Seattle District, 4735 E. Marginal Way S., Seattle, WA 98124-3755, no later than 2:00 PM PST on 27 October, 2009. Regulations require that the selection board not consider any submittals received after this time and date. The SF 330 should be complete and specifically address the requirements of this announcement. The firm shall present a proposed organization chart and a narrative describing how the organizations will function. Clearly identify those functions to be subcontracted and to which location and at what office (specify the address of the office and key person that is assigned there). Address all Selection Criteria in descending order of importance, as defined in Section 3 of this announcement, in SF 330, Section H. Cover letters and extraneous materials are not desired and will not be considered. There will be NO personal visits to discuss this project. This is a request for submittals. The actual Request for Proposals will be issued ONLY to one or more most highly qualified firms. Address questions to the contract specialist: Scott Britt at scott.w.britt@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-09-R-0087/listing.html)
 
Place of Performance
Address: US Army Engineer District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
 
Record
SN01970495-W 20090927/090926000954-a18d30da1eb3438baf84bcc950e7375e (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.