Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 6,1996 PSA#1545

USAED, Kansas City, 757 Federal Building, 601 East 12th Street, Kansas City, MO 64106-2896

C -- WATER QUALITY MODEL STUDY OF THE TRUMAN RESERVOIR SYSTEM, LOWER OSAGE RIVER BASIN, MISSOURI Sol. CBD&&&-9602-0005. POC: Contract Specialist, Arthur Saulsberry (816) 426-5343 (Site Code DACW41). CONTRACT INFORMATION: The objective of this project is to produce a calibrated model suitable for analyzing and addressing the water quality concerns of the Lower Osage River Basin (which by definition will only include Harry S. Truman Reservoir and Stockton and Pomme de Terre Lakes). Also included is the evaluation of various system operation alternatives designed to mitigate existing and anticipated water quality problems in the region of Missouri. This study includes the following major project tasks: a. Modifications to the HEC-5Q to include anoxic conditions, reservoir hydraulics considering submerged weirs, and phytoplankton transformation to the organic nitrogen, phosphorus and carbon states. Testing of the model for metals and sediments under both oxic and anoxic conditions. b. Prepare HEC-5Q data sets for all parameters and alternatives. c. Calibrate HEC-5Q for temperature, TDS, BOD, and DO. Calibrate HEC-5Q for other parameters to include nutrients, pH, phytoplankton, iron and manganese, and inorganic sediment. d. Run HEC-5Q to analyze proposed alternatives using simple model for screening and complex model for detailed analysis. e. Update user's manual with new model modifications and Truman Reservoir system as a case example. f. Prepare a project report. g. Participate in coordination of meetings and provide a technology transfer workshop. SELECTION CRITERIA. Selection criteria is listed in order of importance. Item (e) through (g) will be used as tie-breakers. a. Professional capabilities. Responding firms shall demonstrate capability in civil engineering. The lead engineer will be registered. b. Specialized experience. In block 8, cite whether the experience is that of the prime (or joint venture), consultant or an individual. Work cited that is experience of the prime (joint venture) from an office other than that identified in block 4 shall also be labeled. Specific specialized experience for this project is as follows: 1) Experience in water quality modeling of rivers and reservoirs including nutrient, phytoplankton and ecological modeling. 2) Experience in reservoir system operations (e.g., water supply, hydropower, flood control, navigation, water quality). a) Use of single reservoir/river stud. b) Use of multireservoir system network study. c) Use of multiple water quality parameters, e.g. temperature, TDS, BOD, DO, PO4, NH3, NO3, and algae. 3) Experience with HEC programs to include but not limited to HEC-5 and 5Q. 4) Competency in FORTRAN programming, data preparation, graphics, and databases. 5) In-house staff support competent in FORTRAN programming, data preparation, graphics, and databases. c) Capacity to initiate design and complete within the time parameters of the project. d) Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with Performance schedules. e) Locations of firm in general geographical area to the project. f) Extent of participation. Large businesses will be expected to place subcontracts to the maximum practical extent with Small and Small Disadvantaged firms in accordance with Public Law 95-507. This plan is not required with the submittal, but changes to the design team may require reconsideration by the Selection Board and must be approved prior to award to any large business. Of the subcontract amount, goals assigned to the KCD are 60.3% for small business, 9.8% for small disadvantaged business and 2.9% for women-owned small business concerns. Small Disadvantaged goals of less than 5% must be approved two levels above the Contracting Officer, pursuant to DOD FAR Supplement 219.705-4. For informational purposes, the small business size for this solicitation is one where the average annual receipts of the concern and its affiliates for the preceding three (3) fiscal years does not exceed $2.5 million, the Standard Industrial Classification Code (SIC) is 8712. g. Volume of DOD Contracts awarded in the last 12 months to the prime A-E firm. In block 10 of the SF 255, responding firms should cite all contracts numbers, award dates and total negotiated fees for any DOD contract awarded within the last 12 months to the office expected to perform this work. Please indicate all delivery orders awarded your firm by DOD agencies within the last 12 months under an indefinite delivery type contract, regardless of the award date of the contact itself. Indicate date of delivery orders and fee for each. Modifications to contracts or delivery orders which were awarded prior to the last 12 months need not be listed. SUBMITTAL REQUIREMENTS. Interested firms having the capabilities to perform this work must submit a SF 255 to the address listed below no later than the close of business March 28, 1996 -- 4:00 p.m. Kansas City time. Each firm/consultant listed within the SF 255 must have a current SF 254 (submitted within the last 12 months) on file with the Corps of Engineers, or one must be submitted with this package. Solicitation packages are not provided. This is not a request for proposal. Submit responses to: U.S. Army Engineer District, Kansas City ATTN: CEMRK-CT-M/Murray, 757 Federal Building, 601 E. 12th Street, Kansas City, Missouri 64106-2896. Questions of a contractual nature may be addressed to Arthur Saulsberry at 816-426-5343. (059)

Loren Data Corp. http://www.ld.com (SYN# 0018 19960305\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page