|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 10,1998 PSA#2113US ARMY CORPS OF ENGINERS, SACRAMENTO, CONTRACTING DIVISION, 1325 J
STREET, SACRAMENTO CA 95814-2922 C -- IDIQ CONTRACT FOR ENGRG STUDIES IN SUP PORT OF WATER RESOURCES
PLANNING AND DESIGN; RESERVOIR REGULATION; OR FLOOD PLAIN MGMT,
INCLUDES ENVIRONMENTAL RESTORATION, SACRAMENTO DISTRICT SOL
DACW05-98-R-0039 DUE 073098 POC Mr. Ken Parkinson, Unit Leader, A-E
Negotiations Unit, 916/557-7470. Contracting Officer Phred Strickland
(Site Code DACA05) PROJECT TITLE. Indefinite Delivery Indefinite
Quantity Contract for Engineering Studies in Support of Water Resources
Planning and Design; Reservoir Regulation; or Floodplain Management,
located with the Sacramento District. 1. CONTRACT INFORMATION. A-E
services required may encompass all aspects of hydrologic engineering
analysis for water resource public works projects and environmental
restoration projects primarily in Northern and Central California, but
which may also be within the Sacramento District's Civil Works area of
responsibility (CA, NV, UT, CO, WY, and parts of OR and ID). The
physiographic setting of the study may be coastal, valley, or
mountainous; the climate could be humid or arid. The projects may be in
the pre-authorized phase or authorized by Congress to proceed to
construction. Services may also be used to support the Corps of
Engineers (COE) during flood emergencies. A specific scope of work and
services required will be issued with each task order. The end result
of these engineering studies and projects will be Hydrology Office
Reports, technical appendices to Planning documents, and Water Control
Manuals. Products provided by the contractor in electronic digital
format to the Government must be compatible with Intergraph
MicroStation format Version 05.05 without conversion or reformatting,
and on the target platform specified herein. The target platform is a
Pentium with a Windows NT Version 4.0 operating system. Advanced
application software used in preparing drawings shall be delivered in
Version 5.01 MicroStation electronic digital format. Drawings produced
by scanning drawings of record or containing photographic images shall
be delivered in a raster format compatible with the native Intergraph
IRAS, Version 5, electronic digital format. Documents provided by the
contractor to the Government must be compatible with WordPerfect 8 or
MS Word95. Spreadsheet products provided by the contractor to the
Government must be compatible with Quattro Pro 8. Rainfall runoff
modeling done by the contractor for the Government must be performed
using HEC-1 or HEC-HMS. Flow-frequency analysis done by the contractor
for the Government must be performed using HEC-FFA or HEC-WRC. Data
provided to the Government must be provided in an HEC-DSS database, if
the data type is appropriate for this utility. Geographic Information
System (GIS) products provided by the contractor to the Government
must be compatible with ARC/INFO 7.1 run on a Sun Ultra Sparc platform
under Solaris 2.5.1. The contractor must have ARC/INFO GRID and TIN
modeling capability. More than one firm may be selected. If more than
one contract is awarded as a result of this announcement for the same
or similar work, selection for task order awards will be made as
follows: (1) All awardees will be given a fair opportunity to be
considered for each task order award in excess of $2,500. (2) In making
selection of the awardee to receive a specific task order, the
Contracting Officer will consider past performance of previous task
orders, quality of previous task orders, timeliness of previous task
orders, cost control, the firm's strengths and previous experience in
relation to the work requirements and geographic location described in
the scope of work for each task order. Details of the selection
process will be included in the resultant contracts. Firm fixed price
indefinite delivery indefinite quantity contracts will be negotiated
and the first is anticipated to be awarded in September 1998. Each
contract will be for a one-year period not-to-exceed $500,000 for the
basic year and two one-year options not-to-exceed $500,000 each. Each
task order will be for an amount not-to-exceed $200,000. The options
may be exercised at the discretion of the Government. At the discretion
of the Government, the option years may be exercised early if the Total
Estimated Price is exhausted or nearly exhausted; any alteration in
rate changes from one year to the next as negotiated into the contract
will be negotiated as needed between the Government and the A-E. This
announcement is open to all firms regardless of size. All interested
qualified 8(A) firms are encouraged to submit. All interested
Architect-Engineers are reminded that in accordance with the provisions
of Pl 95-507, they will be expected to place subcontracts to the
maximum practicable extent consistent with the efficient performance of
the contract with small and small disadvantaged businesses. If a large
business is selected, it must comply with FAR 52.219.9 regarding the
requirement for a subcontracting plan on that part of the work it plans
to subcontract. The recommended goal for the work intended to be
subcontracted is 62% for small business. It further states that out of
that 62% to small business, 10% is for small disadvantaged business
and 5% is for small business/woman owned. The firms selected for these
contracts will be required to submit a detailed subcontracting plan at
a later date. If the selected firms submit a plan with lesser goals,
they must submit written rationale of why the above goals were not met.
A detailed plan is not required to be submitted with the SF 255;
however, the plans to do so should be specified in Block 10 of the SF
255. 2. PROJECT INFORMATION. Task orders to be issued under this
contract may include collection, review, and engineering
evaluation/analysis of hydrologic data. Analysis may include
determining watershed physiography, rainfall-runoff relationships,
hydrologic flood routing coefficients, flow-frequency analysis,
flow-duration analysis, concurrent precipitation and flow, temporal and
spatial distributions of rainfall, and/or determining wind-wave action.
Work tasks may be principally either technical engineering analysis or
technical writing in nature. Technical writing assignments will
consist of preparing reports and correspondence describing watershed
characteristics, basic data compiled, hydrologic procedures used, study
results, and reservoir regulation. Written materials may be in the form
of Hydrology Office Reports, Survey Reports, Water Control Manuals,
Post Flood Reports, or memoranda. Contractor may be responsible for
obtaining independent technical review (ITR), or ITR may be performed
by the Corps. 3. SELECTION CRITERIA. See Note 24 for general selection
process. The selection criteria are listed below in descending order
of importance. Criteria "A" through "E" are primary.. Criteria "F" and
"G" are secondary and will only be used as "tie-breakers" among
technically equal firms. A. Specialized experience and technical
competence in hydrologic investigations following guidance presented in
COE Engineering Memoranda (EM's), Engineering Regulations (ER's), and
Engineering Circulars (EC's), including the following areas. 1.
Flow-frequency analysis following WRC Bulletin 17B guidelines,
including regional analysis and separation of snowmelt, cloudburst, and
general rainstorm floods. Analysis may require evaluation of non-
homogeneous flow data. 2. Rainfall-runoff modeling to develop
hypothetical floods, and reproduce observed events. Analysis may
include determining watershed physiography, hydrologic flood routing
coefficients, concurrent precipitation and flow, loss rates, impervious
area, snowmelt, precipitation frequency, and the temporal and spatial
distributions of rainfall. 3. Development of Probable Maximum
Precipitation (PMP) and Probable Maximum Floods (PMF) for dam spillway
design. 4.Development of unregulated flow from gaged flow data, inflow
records at existing flood control projects, diversion records, and
streamflow routings. 5.Development of regulated frequency curves from
regulation criteria, reservoir routings, and gaged flow data. 6.
Flow-duration analysis and evaluation of environmental flow regimes. 7.
Interior drainage and local flow analysis. 8. Development of
evaporation, seasonal precipitation, and seasonal runoff volumes. 9.
Sediment and debris yield estimates. 10. Determining wind-wave setup
and runup for levee and dam design. 11. Perform field surveys to
validate assumptions and ascertain actual physical characteristics of
studyarea. 12. Risk-based analysis of Water Resources Projects to
determine reliability and true exceedence. 13. Preparation of technical
documents formatted to COE standards. B. Past performance on Corps of
Engineers and other contracts with respect to cost control, quality of
work and compliance with performance schedules. C. Qualified
professional personnel in the following key disciplines: Civil
Engineer; Hydraulic Engineer; Hydrologist specializing in hydrology,
reservoir operations, and water management; and GIS Specialist. The
evaluation will consider education, training, registration,
overallrelevant experience and longevity with the firm. D. Capacity to
accomplish multiple simultaneous task orders at different locations.
E. Location of the firm in the general geographical area of the
Sacramento District office. F. Volume of DoD contract awards in the
last 12 months as described below. G. Extent of participation of small
business, small disadvantage business, woman owned small business,
historically blackcolleges and universities or minority institutions in
the proposed contract team, measures as a percentage of the total
estimated effort. 4. SUBMISSION REQUIREMENTS. See Note 24 for general
submission requirements. Interested Architect-Engineer firms having the
capabilities to perform this work are invited to submit ONE (1)
completed SF255 (11/92 edition) US Government Architect-Engineer and
Related Services Questionnaire for Specific Project for themselves and
ONE (1) completed SF254 (11/92 edition) for themselves and one for
each of their subcontractors to the office shown above, ATTN: A-E
Negotiations Unit. In Block 7, of the SF255 provides resumes for all
key members, wheter with the prime firm or a subcontractor; list
specific project experience for key team members; and indicate the team
members role on each listed project (i.e. project manager, design
engineers, etc.) In Block 9 of the SF255, responding firms must
indicate the number and amount of fees awarded on DoD (Army, Navy, and
Air Force) contracts during the 12 months prior to this notice,
including change orders and supplemental agreements for the submitting
office only. In Block 10 of the SF255, provide the quality management
plan and organization chart for the proposed team. A task specific
quality control plan must be prepared and approved by the Government as
a condition of contract award, but is not required with this
submission. Responses received by the close of business (4:30 p.m.) on
the closing date will be considered for selection. If the closing date
is a Saturday, Sunday, or Federal holiday, the deadline is the close of
business on the next business day. No other solicitation will be made
and no further action is required. Solicitation packages are not
provided for A-E contracts. This is not a request for proposals. All
responsible sources may submit the required SF255 and SF254 which shall
be considered by the agency. See numbered Notes 24 and 26. Please note
that all contractors and potential contractors must register with the
Central Contractor Registration database before May 31, 1998. For more
information and instructions on registering please our Internet home
page at http://www.usace.mil/cespk-ct. (0159) Loren Data Corp. http://www.ld.com (SYN# 0008 19980610\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|