Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 5,1997 PSA#1966

US ARMY CORPS OF ENGINERS, SACRAMENTO, CONTRACTING DIVISION, 1325 J STREET, SACRAMENTO CA 95814-2922

B -- WATERSHED PLANNING STUDIES FOR CIVIL WORKS WITHIN THE SACRAMENTO DISTRICT, CALIFORNIA SOL DACW05-98-R-0005 DUE 122297 POC Contract Specialist Tricia Christie (Site Code DACA05) WATERSHED PLANNING STUDIES FOR CIVIL WORKS WITHIN THE SACRAMENTO DISTRICT. Services are required for preparing watershed management plans that address flood damage reduction, environmental restoration, water supply, recreation and other water and related environmental activities from a comprehensive, system-wide perspective. Services are required in conjunction with Federal planning studies conducted under existing, continuing, and/or new Congressional authorities. The primary area of service for this solicitation is the Sacramento District's civil works area of responsibility (parts of CA, AZ, NV, UT, WY, CO, ID, AND OR). Services may include problem and opportunity identification, goals and objectives establishment, public involvement and outreach, plan formulation and screening, and report preparation. The end result of these studies will be reports using compatible word processing software, and in addition, the contractor may be required to provide electronic data in and/or compatible with ArcInfo (latest version) Geographic Information System. This work will include all water and related environmental and land use planning and public involvement services necessary to complete the taskings. Two firms will be selected to perform the required services. Each contract will be for a one-year period not-to-exceed $1,500,000.00 for the basic year and four one-year option periods not-to-exceed $1,500,000.00 each for a total not-to-exceed amount of $7,500,000.00/contract. Option periods may be exercised solely at the discretion of the Government. Option periods may be exercised early in accordance with the contract clauses if the NTE amount is expended before the end of the contract period. The contract will be a firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract. A specific scope for work and services required will be issued with each task order. Task orders may be issued up to the NTE amount for each contract period. Task orders to be issued under this contract may include: (1)Identification of the water and related land and environmental resource problems and opportunities (relevant to the planning setting) associated with the Federal objective and specific State, regional, and local concerns. This may include, expertise in flood plain processes and activities including flooding, flood damage reduction, geomorphology, economic development, environmental restoration, land use, fish, and wildlife, and recreation. (2)Inventory, forecast and analysis of water and related land and environmental resource conditions including, environmental baseline conditions and trends within the study area relevant to identified problems and opportunities. (3)Formulation of alternative comprehensive watershed plans that address identified problems. The plans may include structural and nonstructural flood damage reduction measures, environmental restoration measures, and other measures. (4)Evaluation and comparison of the effects of the alternative plans including socioeconomic and environmental resource impacts. (5)Development of appropriate scopes of studies needed prior to implementation of components of the alternative comprehensive alternative plans. (6)Selection of a recommended watershed management plan for further development based upon comparison of alternative plans. (7)Preparation of study documents, including environmental documentation; and (8) Development and implementation of public outreach and involvement activities. The acquisition method is negotiated procurement. A technical presentation and price/cost proposal will be required. Evaluation by the Government will result in selection of the firm that represents the best advantage to the Government. Large business competing for this project must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on the portion of the work it intends to subcontract. The recommended goals for subcontracting are 55% for small business, 8.5% for small disadvantaged business; and 3.0% for woman-owned small businesses. A firm that submits a plan with lesser goals must submit written rationale to support goals submitted. This procurement will be conducted under SIC code 8999. The size standard for this SIC code is $5.0 million. The request for proposals will be available and will be mailed out approximately 20 November 1997. There is no charge for the solicitation. The solicitation must be ordered by the cut-off date of 17 November 1997 to ensure receipt. Orders received beyond the cut-off date will not be honored. Because a limited number of solicitation packages will be reproduced, copies are limited to one set per firm. Submit your request for the solicitation by mail, fax, or in person to: USAED, Sacramento, Attn: Plan Room, 1325 J Street, Sacramento, California 95814- 2922. Fax to (916)557-7842. Firms are requested to provide their name, mailing address, telephone and fax numbers and solicitation number with the order request. Do not address to the contract specialist for this will delay your order. All responsible sources may submit a proposal which will be considered by the agency. The solicitation is unrestricted. See Note 26. For a listing of all Sacramento District projects, see Contracting Division's Internet home page at http://www.usace.mil/cespk-ct which is updated daily. (0307)

Loren Data Corp. http://www.ld.com (SYN# 0014 19971105\B-0003.SOL)


B - Special Studies and Analyses - Not R&D Index Page