Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 6,1997 PSA#1777

Department 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