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