Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 18,1998 PSA#2119

USAED, SACRAMENTO, ENGINEERING DIVISION,, A-E NEGOTIATIONS UNIT, 1325 J STREET,, SACRAMENTO CALIFORNIA 95814-2922

C -- INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR WATER RESOURCES ENGINEERING WITHIN THE SOUTH PACIFIC DIVISION BOUNDARIES FOR CIVIL WORKS SOL DACW05-98-R-0043 DUE 071898 POC Mr. Ken Parkinson, Unit Leader, A-E Negotiations Unit, 916/557-7470. Contracting Officer Frederick Strickland (Site Code DACA05) 1. CONTRACT INFORMATION. A-E services are required to conduct engineering work in the fields of hydraulics, fluvial geomorphology, sediment transport, hydrology, channel restoration, biotechnical channel stabilization and topographic services including other related fields for civil works projects within the South Pacific Division boundaries for Civil Works. A specific scope of work and services required will be issued with each task order. The end result of these studies/projects will be reconnaissance investigations, feasibility studies, preliminary through final design, evaluations and preparation of reports for the studies performed and independent technical review of work performed by others. The contractor shall be responsible for design and drawings using computer- aided design and drafting (CADD) and delivering three dimensional drawings in MicroStation NT software format, Version 5.05 or higher, Windows NT Version 4.0 or higher, electronic digital format. Terrain models shall be delivered in Intergraph Inroads (*.dtm) format. The Government will only accept the final product for full operation, without conversion or reformatting, in the Intergraph/MicroStation formats on the target platform specified herein. The target platform is a Pentium with a Windows NT Version 4.0 operating system. Images or drawings produced by scanning or containing photographic images shall be delivered in a raster format compatible with the native Intergraph IRAS, Version 5, electronic digital format. Construction specifications will be produced either in SPECSINTACT with Standard Generalized Markup Language (SGML) or other word processing programs compatible with Wordperfect 6.1 using the Corps of Engineers Military Construction guide specifications. In addition to the format specified above, specification files shall also be delivered in PostScript electronic digital format. Responding firms must show computer and modem capability for accessing the Criteria Bulletin Board System (CBBS) and the Automated Review Management System (ARMS) software provided by the Government. Cost estimates will be prepared using Corps of Engineers Computer Aided Cost Estimating System (M-CACES), software provided by Government, or similar software. 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, Section E, SAACONS 52.0216-4821, Task Order Selection Criteria and Procedures (Oct 1995). Firm-fixed price indefinite delivery, indefinite quantity contracts will negotiated and the first is anticipated to be awarded in October 1998. Each contract will be for a one-year period not-to-exceed $1,000,000 for the basic contract period (one year) and two one-year option periods not-to-exceed $1,000,000 each. Task orders shall not exceed the annual contract amount. 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 prices 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 Architect-Engineers are reminded that in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicableextent 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 (subset to small business) and 5% is for small business/woman owned (subset to small business). 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 but are not limited to field reconnaissance, data collection, topographic surveys, analyses, and reporting on large to small rivers, flood control levees and channels, alluvial fans, bays, marshes, reservoirs, wetlands, and dam breach analyses and design. 3. SELECTION CRITERIA. See Note 24 for general selection process. The selection criteria are listed below in descending order of importance. Criteria "A" through "D" are primary. Criteria "E" through "G" are secondary and will only be used as "tie-breakers" among technically equal firms. A. Specialized experience and technical competence in relative anticipated descending order of need are: 1. Fluvial geomorphic analyses capability with investigators having significant experience with large and small rivers and alluvial fan flood control projects, well educated in the fields of geology, hydrology, and hydraulics; 2. Multi-dimensional numerical hydraulic modeling of natural and modified water passage systems, including floodplain determination and mapping with significant experience in the use of the Corps' TABS-2, or the FLO-2D computer programs; 3. One dimensional, unsteady flow numerical hydraulic modeling of rivers, channels, bays, marshes, reservoirs, and dambreak analyses with significant experience using the UNET computer program; 4. Analytical analyses and numerical modeling of one-dimensional sediment transport processes related to flood control, including utilizing the Corps' HEC-6 program; 5. Design and analyses of water resources structures such as dam outlet works, pipelines, channel drop structures, channel rock protection, groins, jetties and other types of flow control structures; 6. One-dimensional numerical hydraulic modelling of natural and modified water passage systems, including floodplain determination and mapping, with significant experience in the use of the Corps' HEC-2 or HEC-RAS computer programs; 7. Numerical modeling of tidally influenced river and marsh systems; 8. Risk based analyses of Water Resources Projects to determine reliability and true exceedence; 9. Bio-hydraulics as related to wildlife habitat restoration in streams, rivers, reservoirs, marshes, estuaries, etc., including fish migration and spawning studies; 10. Computer code development for specific hydraulic and hydrodynamic applications; 11. Two-dimensional sediment transport, numerical modeling for flood control projects; 12. Hydrologic analysis of large and small watersheds with experience in the use of the Corp's HEC-1 computer program; and 13. Numerical modeling of groundwater for hydrologic, hydraulic, and contaminate analysis, including seepage and groundwater recharge. 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: 1. Hydraulics. 2. Fluvial Geomorphology. 3. Sediment Transport. 4. Civil Engineering 5. Topographic surveying. The evaluation will consider education, training, registration, overall relevant experience and longevity with the firm. D. Capacity to accomplish multiple simultaneous task orders at different locations. E. Volume of DoD contract awards in the last 12 months as described below. F. Location of the firm in the general geographical area of the Sacramento District office. G. Extent of participation of small business, small disadvantaged business, woman owned small business, historically black colleges and universities, or minority institutions in the proposed contract team, measured 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 SF 255 (11/92 edition) US Government Architect-Engineer and Related Services Questionnaire for Specific Project for themselves and ONE (1) completed SF 254 (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 SF 255 provide resumes for all key team members, whether 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 engineer, etc). In Block 9 of the SF 255, 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 SF 255, 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 Governments 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 notification 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 SF 255 and SF 254 which shall be considered by the agency. See numbered Notes 24 and 26. To see other Sacramento District projects see our website at http://www.usace.mil/cespk-ct. Note that all contractors and potential contractors must be registered with the Central Contractor Registration (CCR) database effective May 31, 1998. For instructions on registering with the CCR please see Contracting Division's webpage. (0167)

Loren Data Corp. http://www.ld.com (SYN# 0027 19980618\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page