|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 26,1999 PSA#2269U.S. Army Corps of Engineers, Portland District, P.O. Box 2946,
Portland, OR 97208-2946 C -- INDEFINITE DELIVERY PURCHASE ORDER FOR HYDRAULIC ENGINEERING
DESIGN SERVICES SOL DACW57-99-Q-0074 POC Susan Mechals, Contracting
Specialist, 503-808-4619 1. Contract Information: A purchase order will
be awarded for a wide variety of hydraulic engineering design services
required for various projects within the boundaries or assignments of
the Portland District. The purchase order will be for a period of one
year, with a one year option period. Regardless of duration, the
purchase order shall not exceed a total of $100,000.00. Final purchase
order price will be based on the authorized use of units contained on
the unit pricing schedule during the life of the purchase order. This
announcement is open to all businesses regardless of size. 2. Project
Information: Typical services to be provided include a wide range of
technical, hydraulic engineering and engineering analysis services.
Work will be performed in the office or in the field as necessitated by
the nature of the work. Anticipated services shall include, but are not
limited to the following: Be available to answer hydraulic related
questions on specific projects, as they arise, from contractor orother
disciplines within the district, perform hydraulic design or analyses
of open channel or pipeline network systems including juvenile bypass
systems, debris removal systems, dewatering systems, adult fish-way
and ladder systems, auxiliary water systems for adult and juvenile
passages systems and any other hydraulic features pertaining to fish
passageways; Prepare design or simulation reports with schematics and
tables; Develop or revise FORTRAN or MathCAD programs as needed to
conduct work including documentation; Review, provide comments on, and
contribute to Operation Manuals; Review/evaluate and provide comments
on design submittals, reports, or mathematical models. 3. Selection
Criteria: Selection for this purchase order will be based upon the
following criteria, shown in descending order of importance (first by
major criterion and then by each sub-criterion). Criteria a-e below are
primary. Criteria f-h below are secondary and will only be used as "tie
breakers" among technically equal firms. (a) Specialized experience and
technical competence with: (i) Hydraulic engineering including but not
limited to fish passage improvements, open channel flow, culverts and
reservoir outlets, pipe networks, pressurized flow, spatially
varied-flow hydraulic profiles, and hydraulic transients; (ii)
Hydraulic engineering related to the Lower Columbia River and
Willamette River Dams under the jurisdiction of the Portland District
Corps of Engineers; (iii) Design features of existing, under
construction, and currently designed juvenile fish bypass systems at
John Day dam and Bonneville dam; (iv) Operation of existing, under
construction, and currently designed juvenile bypass systems at John
Day dam and Bonneville dam; and (v) operation manuals for fish bypass
systems; (b) Professional Qualifications. Personnel to be assigned to
this contract must be experienced in disciplines which would enable
performance on a wide variety of projects with demonstrated
capabilities in hydraulic engineering, fish passage systems designand
overall knowledge of civil engineering. The firm will be evaluated
based on the qualifications of the proposed personnel and their ability
to provide hydraulic design, review of design, programming in Fortran
and use of MathCAD, and coordination with design team members and
outside agencies. Graduate level degree in Civil Engineering Hydraulics
or Water Resources required for at least one of the proposed personnel.
Personnel shall clearly address complexity and longevity of relevant
experience, identifying examples of work, years of experience in fish
passage improvements work, education, training and professional
registrations; (c) Past Performance. Past performance on contracts with
Government agencies and private industry with respect to cost control,
quality of work and compliance with the requirements and performance
schedules; (d) Knowledge of the Locality. Knowledge of Northwest Oregon
and Southwest Washington area river systems; (e) Current workload and
capacity of the firm to accomplish the required services on schedule;
(f) In the event of a tie, the extent of participation of Small, Small
Disadvantaged, or Woman-Owned Small Business, Historically Black
Colleges, and Universities/Minority Institutions (HBCU/MI's), in the
proposed contract team, measured as a percentage of total estimated
effort will be considered; (g) In the event of a tie, the general
geographical location of the firm with regard to other firms and the
Portland District will be considered; (h) In the event of a tie, the
volume of DOD work awarded to the firm within the last 12 months will
be considered. 4. Administrative: Interested A-E firms having the
capability to perform this work must submit three copies of SF 254 and
SF 255 for the prime firm and all subcontractors, to the above address
no later than the close of business (4:00 p.m. p.s.t.) on the 30th day
after the date of this announcement. If the 30th day is a Saturday,
Sunday, or Federal Holiday, the deadline is the close of business the
next business day. Direct technical questions to Stephen Schlenker,
(503) 808-4881. Direct administrative questions to Susan Mechals, (503)
808-4619. This is not a Request for Quotation. Reference
DACW57-99-Q-0074. SIC 8712 ******* Posted 01/22/99 (W-SN290584).
(0022) Loren Data Corp. http://www.ld.com (SYN# 0026 19990126\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|