SOURCES SOUGHT
R -- Fluvial Geomorphology
- Notice Date
- 2/19/2010
- Notice Type
- Sources Sought
- Contracting Office
- Bureau of Reclamation - MP - Regional Office 2800 Cottage Way, Room E-1815 Sacramento CA 95825
- ZIP Code
- 95825
- Solicitation Number
- R10PS20055
- Response Due
- 2/24/2010
- Archive Date
- 2/19/2011
- Point of Contact
- Susanna Muradyan Purchasing Agent 9169785138 smuradyan@usbr.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- This announcement is hereby issued to Small Businesses (per the NAICS Code below). 8(a) Small Business, HUBZone, Small Business, and Service-Disabled Veteran-Owned Small Business concerns that may be interested in performing a contract for the Mid-Pacific Region of the Bureau of Reclamation. The work to be performed is described below. Based upon response to this announcement, the Government may determine to set this acquisition aside or proceed with an unrestricted solicitation. The applicable North American Industry Classification System (NAICS) Code is 541990 and the related small business size standard is $7 Million. This notice is not a request for proposals and the information presented in this announcement will not obligate the Bureau of Reclamation in any manner. Interested parties should include the following information in their response: (a) Business name, address, cage code, size classification based on NAICS size standard, socioeconomic classification (i.e. HUBZone and/or 8(a)), and a point of contact; (b) A positive statement of your intention to submit an offer for this solicitation as a prime contractor; (c) Evidence of your experience performing work similar in type and scope to the work in this announcement within the last five years. The evidence should include: contract numbers, project titles, dollar amounts and points of contacts with telephone numbers. Please do not include more than three past projects; and (d) Include attachments cataloging the company's equipment assets, personnel resources and financial resources that demonstrate company responsibility and capability to perform required work. All interested parties are encouraged to respond to this notice, by e-mail to smuradyan@usbr.gov not later than the close of business on February 24, 2010. The information provided in this announcement is the only information the Government has available at this time. There are no specifications, drawings, bid packages, or source lists available. Central Contractor Registration (CCR), as required by FAR 4.1102, applies to this procurement. Prospective contractors must be registered prior to award. Lack of registration in the CCR database will make an offeror ineligible for award. Information on CCR registration can be obtained via the Internet at http://www.ccr.gov. The offeror is required to submit their Representations and Certifications, as required by FAR 4.1201 via the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. The ORCA must be completed prior to award. The principal components of the work to be performed include: The Trinity River Restoration Program has the need for professional services covering fluvial geomorphology, sediment transport, hydrology/hydraulics on the Trinity River, California from 2010 through 2015. Scope The Contractor shall conduct data collection and analysis to determine sediment transport, sediment storage, sediment budgets, substrate characteristics, topographic / bathymetric change, planform change, hydrology/hydraulics, and water quality. The scope and quantity of monitoring activities is highly dependant on stream flows and the water year type. The contractor shall also provide technical support services including, but not limited to, modeling, analysis, review, special studies, appraisal and feasibility level planning, concept engineering, and data management. All sediment transport monitoring and analysis shall comply with applicable protocols and standards from the U.S. Geologic Survey (USGS). Sediment monitoring on the Trinity River requires specialized expertise and equipment, including the ability to take bedload and suspended load samples without the aid of a cableway or bridge in water velocities of up to 15 feet per second. The Contractor must be flexible to adapt to unanticipated changes in the flow releases, river conditions, and weather. Task 1 Safety ComplianceThe Contractor shall comply with all Reclamation Safety and Health Standards. A copy of the Reclamation Safety and Health Standards is available on the internet at http://www.usbr.gov/ssle/safety/RSHS/rshs.htm. The Contractor shall annually prepare and submit a comprehensive written safety plan. The comprehensive safety plan shall: 1) comply with the Reclamation Safety and Health Standards; 2) describe required safety training for field staff (e.g. first aid, cardio-pulmonary resuscitation, swift water rescue). The Contractor shall meet with the Trinity River Restoration Program Personnel (TRRP) annually to review the written safety plan. Task 2 Sediment Transport Monitoring The Contractor shall conduct sediment transport monitoring and analyses to determine suspended sediment and bedload transport rates, develop sediment transport curves, and determine total sediment loads by size fraction that represent the entire flood hydrograph. Sediment monitoring on the Trinity River requires specialized expertise and equipment, including the ability to take bedload and suspended load samples without the aid of a cableway or bridge in water velocities of up to 15 feet per second. The Contractor must be flexible to adapt to unanticipated changes in the flow releases, river conditions, and weather. The Trinity River has an average width of roughly 150 feet. Sediment transport monitoring activities typically occur between the months of September and July and are dependant on stream flow and water year type. Flow on the mainstem Trinity River between Lewiston Dam and the North Fork Trinity River is usually dominated by releases from Lewiston Dam with the exception of large winter storm events. Flow in the tributary streams is dominated by weather conditions and storm events. Total flow in the mainstem Trinity River is a combination of releases from Lewiston Dam and tributary accretions. Historic stream flow information for the Trinity River and selected tributaries is available for download from the internet at: http://waterdata.usgs.gov/ca/nwis/inventory?huc_cd=18010211. Mainstem sediment transport monitoring shall be conducted in Dry, Normal, Wet, and Extremely Wet water years for flow releases exceeding 2,000 cfs (the approximate threshold for initiation of sediment transport). Trinity River releases exceeding 2,000 cfs fall into two categories: Safety of Dams (SOD) releases that can occur anytime during the winter and spring months; and spring flow releases for restoration purposes. Spring flow releases are typically scheduled between April and July and will generally follow the release schedules recommended in the ROD. The volume of water available for release to the Trinity River (and estimated peak flow rates) is determined by the water year type. It is anticipated that mainstem sediment monitoring in shall be required between 0 and 15 consecutive and/or non-consecutive days, depending on the water year type as shown in Table 1. On average, sampling days will include 2 weekend days and 1 holiday per year. The water year type is determined near April 8th. On or before April 20th, TRRP will recommend to the Bureau of Reclamation an annual flow schedule from Lewiston Dam for the remainder of the water year. Flow releases typically begin on April 22nd. The Bureau of Reclamation has final authority over all dam operations and may choose to conduct flow releases from Lewiston Dam in a manner different than TRRP recommendations. TRRP will coordinate with the Contractor during the flow scheduling process. TRRP will give the Contractor 48 hour notification for sediment monitoring in the event of a Safety of Dams release. On sampling days, synoptic sediment sampling shall be conducted concurrently at the four (4) monitoring locations shown in Table 2. It is anticipated that one (1) suspended sample and three (3) bedload samples can be collected per day per site. All sediment transport monitoring and analysis shall comply with applicable protocols and standards from the U.S. Geologic Survey (USGS) and be compatible and comparable with past sediment data and analysis for the Trinity River. Past methods and analysis are described in the Trinity River WY 2006 Sediment Transport Monitoring Final Report and Technical Appendix available for download at http://iims.trrp.net/. The Contractor shall mobilize equipment and prepare monitoring sites in such a manner to allow sediment sampling to be conducted in an efficient and safe manner while not hindering boat navigation. At the end of annual sediment monitoring activities, the Contractor shall demobilize and clean-up all monitoring sites. Final flow data from the USGS streamflow gages listed in Table 2 for the period October 1st through July 31st of the current water year is available after September 1st to the Contractor upon request from the USGS. Task 2.1 Ancillary Information The Contractor shall annually conduct a cross-section survey and pebble count at every sampling site, both pre and post high flow release (see Task 3 for survey methods). During sediment sampling days, the Contractor shall obtain one (1) water surface profile measurement from fixed staff plate readings at least once daily at all sites. The fixed staff plates shall be installed both upstream and downstream of the sampling cross-section so as to provide a representative water surface slope for sediment transport calculations. The Contractor shall conduct stream gaging and turbidity monitoring as necessary to compute the sediment transport in locations were USGS data is not available. Streamflow gaging and turbidity monitoring conducted by the Contractor shall conform to applicable standards and protocols from USGS. Task 3 Fluvial Geomorphic MonitoringThe following tasks are to be conducted on an as needed basis as directed by TRRP. Estimated annual requirements are given below. Final requirements (e.g. location, timing, frequency, and method of monitoring and analysis) shall be determined jointly by the Contractor and TRRP. Task 3.1 River Topography and Bathymetry The Contractor shall conduct topographic/bathymetric surveys consisting of terrestrial ground elevations, bed elevation, and water depths in the river and floodplain. Points will be collected in a wide variety of geomorphic settings, including near-banks area, both terrestrial and in-river, areas under tree canopy, riffles, rapids, deep pools, and open flat areas. All surveying shall meet the following requirements: Horizontal Accuracy 0.3 meters, Vertical accuracy 0.046 meters, Survey Units US Survey Feet, Grid to Ground Conversion Factor 0.99982165 (combined Scale Factor when running conventional survey equipment). Survey points may be obtained by any means necessary, including rod-mounted GPS, total station, and sonar with integrated GPS. 3.1.1 Cross Section SurveysApproximately 15 cross sections shall be surveyed per year. Cross section surveys shall be conducted and documented following methods described in Harrelson et al. (1994). As part of this task, the Contractor shall also establish monuments, set pins, and conduct verification surveys of existing monuments as needed. 3.1.2 Terrestrial and Shallow Water Topographic SurveysThese topographic surveys cover all terrestrial surveys and wadable bathymetric surveying. Approximately 4 river miles per year will be surveyed. 3.1.3 Deep Water Bathymetric SurveysThese surveys cover non-wadable areas. Approximately 4 river miles per year will be surveyed. Task 3.2 Geomorphic MappingThe Contractor shall conduct field based geomorphic mapping to quantify the character, amount, and diversity of geomorphic features (e.g. bars). Approximately two (2), four (4) mile long sites will be field mapped annually. Task 3.3 Hydrology / Hydraulics The contractor shall collect in-river water surface elevations and water velocity profiles during high flow releases, as described in the subtasks below. For each sub-task, approximately two (2), two (2) mile long sites per year will be surveyed. 3.3.1 High Water Mark SurveysSurvey the high water line along the river banks. 3.3.2 In-Channel High Water Surface Surveys and Water Velocity ProfilesBoat based water surface surveys including approximately 10 water velocity profiles per mile surveyed. The exact location of the water velocity profiles will be determined by TRRP. Task 4 Technical Support and Special StudiesThe contractor shall provide technical support services including, but not limited to, modeling, analysis, review, special studies, appraisal and feasibility level planning, concept engineering, and data management. The following tasks are to be conducted on an as needed basis as directed by TRRP. Estimated annual requirements are given below. Final requirements shall be determined jointly by the Contractor and TRRP during a project kick-off meeting (to be conducted during bi-monthly project management meetings when convenient). Task 4.1 Special StudiesThe special studies will focus on fluvial geomorphology and hydrology / hydraulics and may require a multi-disciplinary approach to assess associated interactions with fish, riparian, wildlife, and thermal response to management actions including flow releases, gravel augmentation, bank rehabilitation, and watershed restoration. Some examples of special studies are development of sediment budgets, substrate characterization, geomorphic change detection, technical review and recommendations for gravel augmentation, geomorphic assessment of constructed or proposed bank rehabilitation projects including riparian re-vegetation, modeling studies, biological response to substrate changes. Special studies may require additional data acquisition or the collection of additional field information. The contractor shall conduct approximately one (1) special study per year, lasting approximately four (4) weeks in duration. Task 4.2 Technical ReviewThe Contractor shall provide technical review of program reports, study plans, and proposals. The reviews shall be conducted by a team of experts with appropriate backgrounds to the various subjects contained in the documents for review (e.g. geomorphology, riparian, fish habitat, ecology). If required, review team shall be composed of outside technical experts that are independent of the Trinity River Restoration Program. The contractor shall conduct approximately one (1) technical review per year, lasting approximately two (2) weeks in duration. Task 4.3 Data Management and Data StewardshipThe Contractor shall collect, compile, quality control, and report existing data from a variety of sources to standards and formats specified by TRRP. Much of the data to be collected is for inclusion in the TRRP Integrated Information Management System database (IIMS). As such, this task involves coordination with the IIMS database developers to develop and test appropriate database schemas to house and manipulate the historic data. The Contractor shall also upload the final, quality controlled, historic data into Access database templates provided by TRRP. It is estimated this task will require approximately three (3) weeks of work per year. Any data requiring fees to acquire shall be obtained by TRRP and provided at no cost to the Contractor. Task 5 Project ManagementThe Contractor shall prepare and submit a monthly status report that covers: work completed, work planned, financial status, schedule, and identification of any outstanding issues. The Contractor shall conduct six project management meetings per year with TRRP. One of these meetings will be the annual kick-kick off meeting which will be held in April to finalize the major deliverables for the year. Additionally, the Contractor shall attend approximately 5 day long meetings per year as directed by TRRP to present findings or coordinate on-going work with other program partners. All meetings will occur in Weaverville, CA. The Contractor shall organize and conduct an annual reconnaissance trip with the contracting officer's representative (COR) and up to 15 additional field and technical specialists as designated by TRRP. The reconnaissance trip consists of a one (1) day raft trip on the mainstem Trinity River at a location specified by TRRP. The purpose of the trip is to jointly observe annual changes in the river and adapt any tasks conducted under this contract accordingly. Place of Performance Trinity County in Northern California on the mainstem and tributaries of the Trinity River between Lewiston Dam near Lewiston California and the North Fork Trinity River near Helena California.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0ab622cfa85df07739fa326d87996a6b)
- Record
- SN02069357-W 20100221/100219234846-0ab622cfa85df07739fa326d87996a6b (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 |