|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 6,1997 PSA#1777Department of the Army, Tulsa District, Corps of Engineers, P. O. Box
61, Tulsa OK 74121-0061 C -- INDEFINITE DELIVERY ARCHITECT-ENGINEER CONTRACT FOR HYDROLOGIC
AND HYDRAULIC ANALYSIS SERVICES FOR CIVIL WORKS PROJECTS ASSIGNED TO
THE TULSA DISTRICT SOL DACW56-97-R-0012 POC Jack Schaefer, CESWT-EC-DA,
A-E Contracts and Documents Section, 1645 S. 101st E. Ave., Tulsa OK
74128-1645, (918) 669-7041 1. CONTRACT INFORMATION: Not more than three
Indefinite Delivery Contracts will be awarded for miscellaneous
Hydrologic and Hydraulic Studies and Associated Services which are
generally within, but not limited to, Tulsa District boundaries. This
is not a request for a proposal and there is no bid package. Contactors
will be selected for negotiations based on their qualifications
submitted in accordance with this announcement. This procurement is
unrestricted. The first contract is anticipated to be awarded in May
1997. Each contract is for a base year and an option year with a total
contract amount not to exceed $490,000. The dollar limit per delivery
order is $150,000. Should the cumulative contract amount reach
$245,000 prior to passage of 365 calendar days, the option for the
second year and an additional $245,000 of work and services may be
exercised. The minimum award under this contract is $4,900 in the base
year or $2,450 in the option year. 2. PROJECT INFORMATION: Work under
this contract can include, but not be limited to, any or all of the
following: backwater profile computations including complex urban
problems and divided flow problems; unit hydrographs; design storms and
flood probability, historical and post-flood high water mark
establishment and data collection; flood and reservoir routing; flood
and recession prediction procedures; hydraulic structure rating curves;
sediment transport and accumulation; reservoir sediment analysis;
reservoir storage yield and dam break analysis; water resources project
optimization for plan formulation and preparation of reports on flood
damages prevented by existing projects; development of water control
plans for individual projects and/or a system of projects, drought
identification and analysis, identification and documentation of
procedures, actions, and coordination required for real-time water
control under normal, flooding, and drought conditions. Reports and
appropriate displays will be required for the studies. Work under this
contract will require the use of computer programs HEC-1, HEC-2,
HECWRC, and others. MicroStation (.dgn) format capability is required.
Data needed to complete the individual delivery orders will be
obtained by the contractor from existing sources and from information
furnished by the Contracting Officer. 3. SELECTION CRITERIA: See Note
24 for general selection process. The selection criteria in descending
order of importance are: a. A minimum of two qualified registered
professional engineers with expertise in hydrology and hydraulics. b.
Specialized experience and technical competence in the hydrologic and
hydraulic procedures necessary to perform the above studies and
familiarity with the HEC-1 and HEC-2 computer programs and technical
procedures manuals such as WRC Bulletin Number 17B, HYDRO-35, TP-40,
HMR51, and HMR52. c. Sufficient capacity to respond quickly, mobilize
qualified personnel, and produce quality results under short deadline
constraints. d. Past performance on DoD and other contracts with
respect to cost control, quality of work, and compliance with delivery
schedules. e. Volume of DoD contract awards in the past 12 months as
described in Note 24. f. Location of the firm in and knowledge of the
general geographical area of the projects. g. In-house capabilities
will weigh heavier than subcontracted work. 4. SUBMITTAL REQUIREMENTS:
See Note 24 for general submittal requirements. Interested firms
having the capabilities to perform this work must submit one copy of SF
255 (and a SF 254 for the prime firm and all consultants) to the above
address no later than 4:30 p.m. on 07 Mar 97. Solicitation packages
are not provided. This is not a request for proposal. The SF 255 should
specifically address the requirements of this announcement. Responding
firms are requested to clearly identify those tasks to be performed
in-house and at what office, and those tasks to be subcontracted and at
what office. Responding firms are requested to identify all computer
capabilities in Block 10 of their SF 255. Also in Block 10 of the SF
255 describe the firm's quality control plan, including coordination
with subcontractors. Cover letters and extraneous material are not
desired and will not be considered. Personal visits to discuss this
contract will not be scheduled. No phone calls to order please. All
orders will be mailed via first class mail. Request for special
handling (Fed-X, etc.) will not be honored. (0035) Loren Data Corp. http://www.ld.com (SYN# 0021 19970206\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|