Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 19,1999 PSA#2457

USACE Vicksburg District, 4155 Clay Street, Vicksburg, MS 39180-3435

T -- FIXED-PRICE CONTRACT FOR GAGE AND DISCHARGE MEASUREMENT SERVICES WITHING ENGINEERING DIVISION, VICKSBURG DISTIRCT SOL CBD&&&-9288-0001 DUE 111999 POC Mr. John Barnes 601/631-5845 WEB: Vicksburg Consolidated Contracting Office, http://www.mvk.usace.army.mil/contract. E-MAIL: Johnny D. Barnes, Johnny.D.Barnes@mvk02.usace.army.mil. 1. CONTRACT INFORMATION: (CONTRACT NO 2000-GD). One fixed price contract will be negotiated and awarded, with a base period and one option period. The option may be exercised at any time upon the exhaustion of funds during the current period. The contract is anticipated to be awarded in March 2000. The work will be accomplished within the Vicksburg District, but may be in contiguous districts. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan. The FY 2000 subcontracting goals for the Vicksburg District are: (1) at least 61.2 percent of a contractor's intended subcontract amount be placed with small businesses (SB) including small disadvantaged businesses (SDB), women-owned small business (WOSB) and HUBZone small business; (2) at least 9.1 percent of a contractor's intended subcontract amount be placed with SDB; (3) at least 5.0 percent of a contractor's intended subcontract amount be placed with WOSB; and (4) at least 1.5 percent of a contractor's intended subcontract amount be placed with HUBZone small business. Effective 14 June 1999, the small business size standard for A-E services is 4.0 million. Subcontracting intentions are outlined in Block 6 of SF 255. 2. PROJECT INFORMATION: The work consists of taking a defined number of discharge measurements on a routine basis along the Mississippi River and tributaries. The measurements will be taken with the use of an Acoustic Doppler Current Profiler (ADCP) and a single beam depth sounder. The data collected will be imported into personnel computer software specifically designed to calculate flow measurements. The software (program code) currently in use in the Vicksburg District will be made available during advertisement. The work will also require collecting daily water stage data at approximately 50 gaging sites throughout the Vicksburg District and reporting information daily and monthly to the Vicksburg District. Additional work will consist of maintenance of permanent reference elevation markers at each gaging site and infrequent collection of sediment samples at specific discharge ranges. Extreme flow conditions may require a combination of the ADCP, a single beam depth sounder, and differential GPS. The contractor may be required to take special purpose flow pattern and discharge measurements at lock and dam locations. The contractor may be required to verify his system by comparison with conventional discharge methods of the ADCP. All measurements will be in English units. 3. PRESELECTION CRITERIA: Pre-selection criteria will be based on the following considerations which are of equal importance. The firm (either in-house or through association with a qualified consultant) must demonstrate: (a) experience in the use of ADCP systems on rivers such as the Mississippi, Red and Ouachita Rivers which have high sediment loads, extreme currents and variations in depths from 10 to 120 feet; (b) the ability to use the ADCP in conjunction with a single beam depth sounder and to produce a single product discharge measurement; (c) experience in differential GPS collecting discharge measurements by conventional methods; (d) a management plan for collecting, reporting and storing river stage data; and (e) a registered land surveyor in either Arkansas, Mississippi or Louisiana. Deliverables shall be provided in the following format (hard copy, floppy disc, electronic transmission and/or on media approved by the CO). Each discharge reading will list the corresponding date, mean gage reading (feet), maximum depth (feet), width (feet), cross-sectional area (square feet), mean velocity (foot/second), maximum velocity (foot/second), overbank discharge (cubic feet), total discharge (cubic feet) and water temperature (degree Fahrenheit). 4. SELECTION CRITERIA: See Note 24 of the CBD for the general selection process. The selection criteria are listed in descending order of importance (first by major criterion and then by each subcriterion). Criteria A through F are primary; criteria G through I are secondary and will only be used to rank the most highly qualified firms. (A) Specialized experience and technical competence of the firm and consultants in the work described above in preselection items a, b and c. (B) Knowledge of the navigable waters in the Vicksburg District. (C) Professional qualifications: The firm must indicate professional registration and work experience of key personnel. The firm should emphasize professional registrations, certifications and specific work experience of key personnel. (D) Capacity: The firm should indicate the ability to perform on time regardless of unexpected equipment breakdowns, personnel problems. (E) Past performance: Consideration will be given to ratings on previous DOD contracts for engineering services. (F) Knowledge of the locality. (G) Geographic proximity to Vicksburg, Mississippi. (H) DoD contract awards in the past 12 months. The greater the awards the lesser the consideration. (I) Extent of participation of SB, SDB, historically black colleges and universities (HBCU) and minority institutions (MI) in the contract team. Participation will be measured as a percentage of the total anticipated contract effort, regardless of whether the SB, SDB, HBCU or MI is a prime contractor, subcontractor, or joint venture partner, the greater the participation, the greater the consideration. In the final selection process, the most highly qualified firms will be interviewed and will have to demonstrate the ability to perform to satisfaction of the Vicksburg District. 5. SUBMISSION REQUIREMENTS: Interested firms must send one copy of SF 255 (11/92 edition) for the prime and consultants and one copy of SF 254 (11/92 edition) for the prime and one copy of each consultant's SF 254 (11/92 edition) to U.S. Army Engineer District, Vicksburg, ATTN: A-E Services (CEMVK-ED-AC), 4155 Clay Street, Vicksburg, Mississippi 39183-3435. All telephone calls should be directed to Mr. John Barnes, (601) 631-5485. This is not a Request for Proposal. A fee proposal will be requested at a later date. Along with the fee proposal, the selected firm (if a large business) will be required to submit a Subcontracting Plan in accordance with FAR 19.702. The objective of the plan is to offer subcontracting opportunities to small business concerns and small disadvantaged business concerns to the maximum practicable extent consistent with the efficient performance of the contract. The subcontracting plan shall separate percentage goals composed of direct cost, indirect cost, or a combination of the two for using small business and small disadvantaged business subcontractors. Questions relative to the subcontracting plan may be directed to Mrs. Shirley Reed, Deputy for Small Business, (601) 631-5347. See Notes 24 and 25. Posted 10/15/99 (W-SN391998). (0288)

Loren Data Corp. http://www.ld.com (SYN# 0086 19991019\T-0003.SOL)


T - Photographic, Mapping, Printing and Publication Services Index Page