|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 10,1997 PSA#1949USACE VICKSBURG DISTRICT, 4155 CLAY STREET, VICKSBURG MS 39180-3435 R -- FIXED PRICE CONTRACT FOR GAGE AND DISCHARGE MEASUREMENT SERVICES
WITHIN ENGINEERING DIVISION SOL 003&&&-9710-0001 POC MR. JOHN BARNES,
601/631-5485 (Site Code CW38) Due 11-12-97, POC: John Barnes,
601/631-5485. 1. CONTRACT INFORMATION: Due by 11-12-97. One fixed price
contract will be negotiated and awarded for a 24 month period. The
contract is anticipated to be awarded in February 1998. The work will
be accomplished within the Vicksburg District. 2. PROJECT INFORMATION:
The work consists of taking a defined number of discharge measurements
on a routine basis along the Mississippi River and tributaries. The
measurements will be taken with the use of an Acoustic Doppler Current
Profiler (ADCP) and a single beam depth sounder. The data collected
will be imported into personal computer software specifically designed
to calculate flow measurements. The software (program code) currently
in use in the Vicksburg District will be made available during
advertisement. The work will also require collecting daily water stage
data at over 50 gaging sites throughout the Vicksburg District and
reporting information daily and monthly to the Vicksburg District.
Additional work will consist of maintenance of permanent reference
elevation markers at each gaging site and infrequent collection of
sediment samples at specific discharge ranges. Extreme flow conditions
may require a combination of the ADCP, a single beam depth sounder,
and differential GPS. The contractor may be required to verify his
system by comparison with conventional discharge methods. All
measurements will be in English units. 3. PRESELECTION CRITERIA:
Pre-Selection criteria will be based on the following considerations
which are of equal importance. The firm (either in-house or through
association with a qualified consultant) must demonstrate: (a)
experience in the use of ADCP systems on rivers such as the
Mississippi, Red and Ouachita Rivers which have high sediment loads,
extreme currents and variations in depths from 10 to 120 feet; (b) the
ability to use the ADCP in conjunction with a single beam depth
sounder and differential GPS to produce a single product discharge
measurement; (c) experience in collecting discharge measurements by
conventional methods; (d) a management plan for collecting, reporting,
and storing river stage data; and (e) a registered land surveyor in
either Arkansas, Mississippi or Louisiana. Deliverables shall be
provided in the following format: hard copy, floppy disc, electronic
transfer and/or on media approved by the contracting officer. Each
discharge reading recorded will also record the corresponding date,
mean gage reading (feet), maximum depth (feet), width (feet),
cross-sectional area (square feet), mean velocity (feet/second),
maximum velocity (feet/second), overbank discharge (cubic feet), total
discharge (cubic feet) and water temperature (degree Fahrenheit). 4.
SELECTION CRITERIA: See Note 24 of the CBD for the general selection
process. The selection criteria are listed in descending order of
importance (first by major criterion and then by each subcriterion).
Criteria A through F are primary; criteria G through I are secondary
and will only be used as a "tie-breaker" if necessary in ranking the
most highly qualified firms. (A) Specialized experience and technical
competence of the firm and consultants in the work described above in
preselection items a, b and c. (B) Knowledge of the navigable rivers of
the Vicksburg District. (C) Professional qualifications: The firm must
document professional registration and work experience of key
personnel. (D) Capacity: The firm should indicate the ability to
perform on time regardless of unexpected equipment breakdowns and
personnel problems. (E) Past performance: Consideration will be given
to ratings on previous DOD contracts for engineering services. (F)
Knowledge of the locality; specifically the drainage basins throughout
the Vicksburg District. (G) Extent of participation of SB, SDB,
historically black colleges and universities (HBCU) and minority
institutions (MI) in the contract team. Participation will be measured
as a percentage of the total anticipated contract effort, regardless
of whether the SB, SDB, HBCU or MI is a prime contractor,
subcontractor, or joint venture partner, the greater the participation,
the greater the consideration. (H) Geographic proximity to Vicksburg,
Mississippi. (I) DOD contract awards in the past 12 months. The greater
the awards the lesser the consideration. In the final selection
process, the most highly qualified firms will be interviewed and will
have to demonstrate the ability to perform to satisfaction of the
Vicksburg District. 5. SUBMISSION REQUIREMENTS: Interested firms must
send one copy of SF 255 (11/92 edition) for the prime and consultants
and one copy of SF 254 (11/92 edition) for the prime and one copy of
each consultant's SF 254 (11/92 edition) to U. S. Army Engineer
District, Vicksburg, ATTN: A-E Services (CEMVK-ED-AC) 4155 Clay Street,
Vicksburg, Mississippi 39180-3435. All telephone calls should be
directed to Mr. John Barnes, (601) 631-5485. 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
. . . etc., to Mrs. Shirley Reed, Small Business Specialist, (601)
631-5347. See Notes 24 and 25. (0281) Loren Data Corp. http://www.ld.com (SYN# 0088 19971010\R-0018.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|