Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 10,1998 PSA#2113

US 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