Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 22, 2019 SAM #6597
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY TYPE CONTRACT FOR HYDRAULIC/HYDOROLOGICAL ENGINEERING, MODELING, DESIGN AND OTHER ENGINEERING SERVICES FOR MODELING, MAPPING, AND CONSEQUENCES PRODUCTION CENTER

Notice Date
12/20/2019 8:45:10 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
W07V ENDIST VICKSBURG VICKSBURG MS 39183 USA
 
ZIP Code
39183
 
Solicitation Number
W912EE20O0001
 
Response Due
1/15/2020 2:00:00 PM
 
Archive Date
01/30/2020
 
Point of Contact
Andrew McCaskill, Phone: 6016315248, Dustin G. Cannada, Phone: 6016317546
 
E-Mail Address
andrew.mccaskill@usace.army.mil, dustin.g.cannada@usace.army.mil
(andrew.mccaskill@usace.army.mil, dustin.g.cannada@usace.army.mil)
 
Description
INDEFINITE DELIVERY TYPE (IDT) CONTRACT FOR HYDRAULIC/HYDOROLOGICAL ENGINEERING, MODELING, DESIGN AND ASSOCIATED ENGINEERING SUPPORT SERVICES FOR THE MODELING, MAPPING AND CONSEQUENCES PRODUCTION CENTER INVOLVING PROJECTS AT VARIOUS NATIONWIDE LOCATIONS. 1. CONTRACT INFORMATION: This Pre-solicitation Notice is for interested firms to submit their SF 330 by January 15, 2020, 1600 hours, CST. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. This is not a Request for Proposal (RFP).� �The services to be procured under this announcement are classified in North American Industry Classification System Code 541330.� This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Up to three (3) indefinite delivery contracts may be negotiated and awarded as a result of this solicitation, each with a capacity of $5.0 million for a total capacity of $15.0 million.� Each contract will have a duration of five years�from the date of contract award or exhaustion of the contract value of $5.0 million, whichever comes first.� Work will be issued by negotiated firm-fixed price or labor-hour task orders. �It is anticipated that the estimated workload for each performance period will be $1.0 million.� The cumulative total of Task Orders issued over the life of the contract shall not exceed $5.0 million. Allocation of Task Orders will be based on specialized experience, past performance, project schedules, and/or current workload. The work consists of professional A-E services required for performing Hydraulic and Hydrologic Modeling, Geographic Information Systems (GIS) and mapping, economic consequences assessment, Corps Water Management System (CWMS), CWMS Control and Visualization Interface (CAVI) integration, documentation, and other related engineering services to support requirements of the U.S. Army Corps of Engineers (USACE) Modeling, Mapping, and Consequences (MMC) Production Center. The scope of these services and project locations are nationwide. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR52.219-9 regarding the requirement for a subcontracting plan. The FY 2020 preliminary subcontracting goals for the Vicksburg District are: (1) at least 40 percent of a contractor�s intended subcontract amount to be placed with small businesses (SB) including small disadvantaged businesses (SDB), women-owned small business (WOSB), and service-disabled Veteran-owned small business; (2) at least 5.0 percent of a contractor�s intended subcontract amount to be placed SDB; (3) at least 7.0 percent of a contractor�s intended subcontract amount to be placed with WOSB; (4) at least 3.0 percent of a contractor�s intended subcontract amount be placed with service-disabled Veteran-owned small business; and (5) at least 3.0 percent of a contractor�s intended subcontract amount be placed with HUBZone small business effective 19 August 2019, the small business size standard for A-E services (NAICS Code 541330) is $16.5 million.� Subcontracting intentions are to be outlined in the SF 330. 2. PROJECT INFORMATION: The U.S. Army Corps of Engineers (USACE) Dam Safety Program and Office of Homeland Security (OHS) have tasked the Hydraulics, Hydrology, and Coastal Engineering (HH&C) Community of Practice to develop, on an expedited schedule, dam break flood inundation mapping for USACE inventory of 700 plus water resources projects (dams). The MMC Production Center was also charged with supporting the USACE Critical Infrastructure Protection and Resilience (CIPR) program, Dam Safety and Levee Safety program, and the HH&C community in producing H&H CWMS suites of models for all 201 USACE operational watersheds.� These efforts will support national critical infrastructure protection responsibilities led by USACE under the USACE CIPR program and the Dam Safety and Levee Safety portfolio development led by the Risk Management Center (RMC). The USACE's vision is to achieve a safe, secure, and more resilient Corps civil works infrastructure by enhancing its protection in order to prevent, deter, or mitigate the potential for dam and levee failure and improve preparedness, response, and rapid recovery in the event of an attack, natural disaster, and other emergencies. A major initiative within this effort involves the development of CWMS suite of models, dam break flood hydraulic models, inundation mapping, and consequence estimates. Other components of this initiative include: CWMS CAVI development and Report Generation Interface (REGI) implementation to support daily H&H water management activities.� CWMS CAVI is the interface that contains the four main modeling components (HMS, ResSim, RAS, and FIA/LifeSim) and oversees and controls the operation of the models as they work together in the system.� REGI is an interface that uses the information in the CWMS database to display reports, charts/graphs, and other information such as performing simple calculations. MetVue is a tool that facilitates viewing and manipulation of meteorological datasets as well as performing a variety of computations and analyses, including temporal and spatial aggregation of datasets and areal average computations. HMS, ResSim, RAS, FIA/LifeSim, and CAVI improvements to support District implementation of CWMS, and the production of specified inundation map layers. Support for the Flood Inundation Mapping (FIM) Cadre, including the development of two dimensional modeling efforts and consequence models. Development of updated dam and/or levee break flood models, inundation mapping, and consequence estimates in accordance with MMC Standard Operating Procedures (SOP). This shall include one-dimensional, two-dimensional, and integrated one/two dimensional hydraulic model efforts, over a variety of specified hydraulic scenarios. Applying and testing H&H modeling, statistical modeling, and GIS mapping capabilities. Identify standard scenario conditions as a foundation for Dam Safety Emergency Action Plans (EAPs) mapping requirements. Incorporate into USACE inundation maps guidance for above normal operational dam control conditions. Support in the preparation and update of Water Control Manuals (WCM) for dams within USACE, to include authoring chapters of the water control manual, graphs, plots, maps, tables, research, editorial support, printing, and preparation of electronic and paper documents. Creation of custom GIS/Geospatial tools for use in the automation of MMC mapping production work flows and H&H data analysis. Leverage H&H modeling and GIS mapping capabilities and resources via close coordination with USACE Risk Management Center (RMC), Levee Safety Center (LSC), Mapping Modeling and Consequences Production Center (MMC) and/or Dam Safety Modification Center (DSMC). �The MMC program is managed out of the Vicksburg District. To accomplish program requirements it is necessary for the Vicksburg District to staff numerous H&H production teams consisting of members from across the Corps, and to augment these resources with engineering contracts. These teams consist of hydraulic engineers, GIS specialists, and economists and are currently named as the USACE Mapping, Modeling and Consequence Production Center (MMC).� The LSC is also managed out of the Vicksburg District. The Levee Safety Center (LSC) was initially established as a joint regional Dam and Levee Safety Production Center (DLSPC).� In 2015, Headquarters Dam Safety Officer acknowledged the LSC as a lead center in the area of levee expertise and support to agency programs due to its focus on levee safety challenges and technical talents within division. The LSC has developed an integrated set of technical capabilities and products to support agency-wide levee safety activities. As a center of expertise for levee safety activities, the LSC executes its mission as a virtual organization to leverage expertise as necessary. �Contracted work will be for the U.S. Army Corps of Engineers and other Federal agencies. Services of qualified A-E firms are sought to provide modeling, mapping, and consequences assessment production services, support in developing engineering documentation and procedures, and performing review of products developed by MMC production teams. The Contractor will work closely with USACE modeling, mapping, and consequences leads to improve processes, efficiency, and productivity. Projects to be performed or reviewed by the Contractor will be selected by the USACE technical leads. The H&H, Statistical, and Geospatial aspects of Levee Safety Engineering and Design Services including support� of� site� characterization� studies,� engineering� evaluations� and� analyses� in� support� of hydrologic (e.g. Inflow Design Flood), consequence studies, levee screenings, feasibility� studies,� preliminary� designs,� value� engineering,� constructability� reviews,� or other analyses or studies related to the levee safety programs.� These services shall include evaluation of bridges, gates, spillways, pumping stations and other appurtenant structures attached to levees as necessary to characterize the project as a whole. The H&H, Statistical, and Geospatial aspects of risk� analysis� services�� involving� risk� methodology� and policy development, quantitative and screening-level risk analyses for dams and levees, issue evaluation studies,� existing� condition� risk� assessments,� periodic� assessments, determination of total and incremental risk reduction benefits that can be realized from corrective actions, report preparation and other risk related studies and evaluations under the levee safety program. H&H, Statistical, and Geospatial technical review services including� subject matter expert� or independent external peer reviews� of reports,� studies,� risk analyses, risk assessments, design documents, construction drawings and specifications, construction cost estimates, constructability reviews, and physical construction. Using the Common Risk Model for Dams (CRM-D) and the Corps of Engineers Security Assessment Tool (CESAT) collect the information required to determine vulnerabilities, consequences and threats for analysis of the associated risk to develop risk mitigation recommendations and SRA reports for the 243 dams that were designated as critical by USACE in a prior screening process. The USACE Common Risk Model for Dams (CRM-D), Security Risk Assessment (SRA), Implementation Supplement latest version will be used as the guide to the overall process. Team leaders overseeing the SRAs require an anti-terrorism background (AT Level II or equivalent type credentials) as well as a background in CRM-D or equivalent processes. Team leads also require experience using automated systems to capture assessment data and develop reports such as Dam Sector Analysis Tools (DSAT) or Corps of Engineers Security Assessment Tools (CESAT). Operations Protection Division Anti-Terrorism (OPD AT) Branch, MMC and ERDC will provide CESAT training to contractor personnel. 3. SELECTION CRITERIA: Pre-selection will be based on the following considerations, which are listed in descending order of importance. Criteria A thru D are primary. Criteria E thru G are secondary and will only be used as a �tie- breaker,� if necessary, in ranking the most highly qualified firms. The firm (either in house or through association with a qualified consultant(s)) must demonstrate: (A) Specialized experience and technical competence:� List no more than 10 projects that best illustrate current qualifications, relevant project experience and technical competence of the firm and consultants in the work described in items i-vii below. (i) H&H experience in producing hydraulic modeling, mapping, and consequence analysis via utilization of such software as HEC-RAS, HEC-GeoRAS, HEC-HMS, HEC-GeoHMS, HEC-ResSim, CWMS CAVI, REGI, , HEC-FIA, HEC-LifeSim, HEC-MetVue, ARC-GIS; (ii) experience in the operation, design, and general knowledge of large scale basins, dams, rivers, and water control structures; (iii) experience in processing and delivering large scale hydraulic modeling and GIS data for numerous simultaneous projects; (iv) experience in developing a consistent and scalable suite of hydraulic models for basins and dams capable of providing consistent and reliable estimation of the risks to society from damaging releases from dams, extreme floods, or failures due to natural disasters, flaws, or attacks; (v) experience in developing consistent mapping for delineation of flooded areas used to compute scalable consequence data that will provide consistent consequence estimates of Population at Risk (PAR), Potential Life Loss (LL), and Estimated Dollars impacts (vi) experience in developing consistent mapping for Emergency Action Plans (EAP) that shows delineation of flooded areas and/or GIS products to minimize societal impacts from damaging releases from dams; (vii) experience in developing and documenting consistent GIS, consequence, and modeling & mapping standards; and (vii) experience performing GIS enterprise systems implementation projects to include activities such as planning, requirements, design, programming, implementation, support, and application hosting within the ESRI technology environments; and (viii) experience in using the Common Risk Model for Dams (CRM-D) or an equivalent process in evaluating security risks. (B) Professional qualifications: The firm must indicate professional registration and work experience of key personnel. The firm must indicate personnel with Anti-Terrorism Level II certification.� The firm should emphasize professional registrations, advanced degrees, certifications, and specific work experience of key personnel in Project Managers, hydrologic and hydraulic engineering, GIS/cartography, Economics, and Technical Writing/Editing. The selected firm should also indicate adequate management personnel with required qualifications and experience to assure prompt response to assignments. (C) Capacity to Accomplish the Work: The firm should indicate the ability to perform numerous projects at the same time regardless of unexpected equipment breakdowns, and/or personnel problems; and complete work in a timely manner. (D) Knowledge of the USACE operational basins and water control structure inventory. (E) Past Performance: Consideration will be given to ratings on previous DoD contracts for engineering services. (F) Equitable distribution of DoD Contracts. Consideration will be given to volume of DoD A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. Firms should cite all contract numbers, award dates and total negotiated fees for any DOD contract awarded within the last 12 months. Include delivery orders awarded your firm by DOD agencies within the last 12 months under indefinite delivery type contracts. Modifications to contracts or task orders that were awarded prior to the last 12 months need not be listed. (G) Extent of participation of SB, SDB, historically black colleges and universities (HBCU), Women owned Small Businesses (WOSB), Service Disabled veterans (SDV), and minority institutions (MI) in the contract team. Participation will be measured as the greater the participation, the greater the consideration. In the final selection process, the most highly qualified firms will be interviewed and must demonstrate the ability to perform to the satisfaction of the MMC. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities for this work must submit one paper copy and one electronic copy (in PDF format submitted on a CD) of SF 330 along with a copy of part II of each sub-consultant�s SF 330 to U.S. Army Corps of Engineers District, Vicksburg ATTN: A-E Technical Support Branch (CEMVK-EC-T), 4155 Clay Street, Vicksburg, Mississippi 39183, no later than close of business (COB) 4:00 PM Central on 15 January 2020. Include both the solicitation number and the company�s DUNS number on all submittals. Note the following restrictions on submittal - Resumes of key persons, specialists and individual consultants (Section E) anticipated for this contract will be limited to a maximum of 20 typed pages. Pages in excess of the maximum of 20 will be discarded and not used in the evaluations. Additional information (Section H) will be limited to a maximum of 20 pages.� All telephone calls should be directed to Ms. Michelle Moore, (601) 631-5139 or email michelle.moore@usace.army.mil. *** APPOINTMENTS WILL NOT BE SCHEDULED FOR THE PURPOSE OF DISCUSSING THIS ANNOUNCEMENT *** This is not a Request for Proposal. A fee proposal will be requested at a later date. Along with the fee proposal, the selected firm (if a large business) will be required to submit a Subcontracting Plan in accordance with FAR 19.702.� The objective of the plan is to offer subcontracting opportunities to small business concerns and small disadvantaged business concerns to the maximum practicable extent consistent with the efficient performance of the contract.� The subcontracting plan shall separate percentage goals composed of direct cost, indirect costs, or a combination of the two for using small and small disadvantaged business subcontractors. Questions relative to the subcontracting plan may be directed to Ms. Demetric Erwin, Deputy for Small Business, (601) 631-5951.� Email: Demetric.Erwin@usace.army.mil.� Include DUNS number in the SF 330 in Part II as stated. NOTE: Contractors must be registered in the System for Award Management (SAM) database (for information see http://www.sam.gov). All Technical inquiries and questions all questions must be submitted via projnet: Technical inquiries and questions relating to this solicitation are to be submitted via bidder inquiry in projnet at (https://www.projnet.org).�Offerors are encouraged to submit questions 5 days prior to due date in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary.� To submit and review inquiry items, prospective vendors will need to use the bidder inquiry key presented below and follow the instructions listed below the key for access.� A prospective vendor who submits a comment /question will receive an acknowledgement of their comment/question via email, followed by an answer to the comment/question after it has been processed by our technical team. All timely questions and approved answers will be made available through projnet. Approved answers to all timely questions will also be posted on the fedbizops in the form of a report generated from projnet as soon as the comment/question entering period is over and all answers are all finalized. The solicitation number is: w912ee20o001 The bidder inquiry key is:�� n5ptxf-3c6iw3 Specific instructions for projnet bid inquiry access: 1.�� From the projnet home page linked above, click on quick add � on the upper right side of the screen. 2.�� Identify the agency. This should be marked as usace. 3.�� Key. Enter the bidder inquiry key listed above. 4.�� Email. Enter the email address you would like to use for communication. 5.�� Click continue. A page will then open saying that a user account was not found and will ask you to create one using � the provided form. 6.�� Enter your first name, last name, company, city, state, � phone, email, secret question, secret answer, and time ���� zone. Make sure to remember your secret question and answer � as they will be used from this point on to access the projnet system. 7.�� Click add user. Once this is completed you are now � registered within projnet and are currently logged into the ��� system. Specific instructions for future projnet bid inquiry access: 1.�� For future access to projnet, you will not be emailed any�type of password. You will utilize your secret question and ���� secret answer to log in. 2.�� From the projnet home page linked above, click on quick add � on the upper right side of the screen. 3.�� Identify the agency. This should be marked as usace. 4.�� Key. Enter the bidder inquiry key listed above. 5.�� Email. Enter the email address you used to register previously in projnet. 6.�� Click continue. A page will then open asking you to enter�the answer to your secret question. 7.�� Enter your secret answer and click login. Once this is�completed you are now logged into the system.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/cc3a256fda2a4084bc25f6c65d94ae62/view)
 
Record
SN05522261-F 20191222/191220230150 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.