Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 13,2000 PSA#2555

U.S. Army Corps of Engineers, Philadelphia Wanamaker Building, Room 643, 100 Penn Square East, Philadelphia, Pennsylvania 19107

C -- INDEFINITE DELIVERY CONTRACT FOR HYDROLOGIC, HYDRAULIC AND COASTAL/ESTUARINE ENGINEERING SERVICES POC Robert M. Bencal, 215-656-6606 CONTRACT INFORMATION: The Philadelphia District, U.S. Army Corps of Engineers intends to award an Indefinite Delivery Contract for Hydrologic, Hydraulic and Coastal/Estuarine Engineering Services. The contract will be for a base period with options for up to two (2) additional periods. A period shall not exceed 12 months. The maximum task order limit is $400,000.00. The cumulative amount of all task orders shall not exceed $400,000.00 in either the base or either option period. The cumulative total for the base and option periods shall not exceed $500,000.00. An option will be awarded based on reaching the value limit first and then reaching the time limit at the discretion of the Contracting Officer. 2. PROJECT INFORMATION: The work under this contract will primarily be in the Delaware River Basin and the coastal and estuarine portions of New Jersey, Delaware, Pennsylvania, Maryland and New York within the boundaries of the Philadelphia District. Work may be required outside of these boundaries. Primary work under this contract will involve but not be limited to site investigations, data collection, designs and reports related to coastal issues such as beach erosion, hurricane and storm protection, water quality, coastal inlets and tidal hydraulics, hydraulic/hydrologic issues such as flood control and groundwater flow. Demonstrated qualifications and experience will be required in the following areas of coastal/estuarine engineering: understanding of shoreline processes and responses; development of tidal elevation frequency curves; estimation of channel shoaling rates; development of sediment budgets; generation of design and hindcast water levels and wave conditions for beaches and coastal structures; proficiency in shoreline change and storm erosion numerical modeling using GENESIS, SBEACH and other Corps approved models, calculations of tidal flows and tidal prisms; engineering analysis for plans of improvement using beachfill, seawalls, revetments, jetties, breakwaters and sand bypassing systems and the ability to collect and analyze coastal processes data such as beach profile surveys, and wave, tide, and current information. Additional qualifications and experience in the following hydraulic/hydrologic engineering areas; generation of the standard project and probable maximum floods, generation of frequency flows for gaged and ungaged areas under natural or regulated conditions; development of water surface profiles using HEC-RAS, UNET, DAMBRK or other Corps approved models; hydraulic analysis and design of dams and related structures; hydraulic analysis of natural and modified river channels, flood detention basins, levees, and interior drainage facilities, sedimentation analysis for rivers and reservoirs using Corps of Engineers criteria, and groundwater analysis (GMS compatible MODflow/FEMWATER). The contractor must be able to supply completed products in IBM PC compatible software such as AutoCAD, Word and Excel. The contractor must be able to supply digital data products in a format compatible with work station ARC/INFO (Version 7.0.3 or higher) geographic information system (GIS). The firms must be qualified in the work areas described and be familiar with the requirements and regulations of the Corps of Engineers, EPA, and other agencies which have jurisdiction. 3. SELECTION CRITERIA: Significant evaluation criteria in relative descending order of importance are: (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience of the firm in the types of work required and where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (3) Capacity of the firm to accomplish multiple task orders within time and cost limitations; (4) Past performance on relevant Department of Defense contracts will be a factor, however, lack of such performance will not necessarily preclude a firm from consideration; (5) Extent of participation of SB, SDB, historically black colleges and universities and minority institutions in the proposed contract team, measured as a percentage of the estimated effort; (6) Location of the firm with respect to work sites will be a secondary consideration provided that a sufficient number of qualified firms respond to this announcement. 4. SUBMISSION REQUIREMENTS: As a part of this submittal, it is required that all responding firms clearly present billing amounts for all Corps of Engineers work as well as all other Department of Defense work for the 12 months preceding this announcement. Firms which desire consideration and meet the requirements described in this announcement are invited to submit a completed SF 254 (revised 11/92) and SF 255 (revised 11/92) for the prime firm and SF 254 for each consultant, to the above address, to the attention of Robert M. Bencal, Room 702, not later than the close of business 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 of the next business day. As a requirement for negotiations, the selected contractor will submit for government approval a quality control plan that will be enforced through the life of the contract. The contracting officer reserves the right to terminate negotiations with firms that do not respond to government requests for proposals, information, documentation, etc. in accordance with established schedules. As a requirement for award, the selected contractor must be registered in the Central Contractor Registration (CCR). Include ACASS number in Block 3b, of the SF 255. Call the ACASS Center at (503) 808-4591 for information on obtaining an ACASS number. This is not a request for proposals. No other notification to firms for this project will be made. Posted 03/09/00 (W-SN432939). (0069)

Loren Data Corp. http://www.ld.com (SYN# 0018 20000313\C-0005.SOL)


C - Architect and Engineering Services - Construction Index Page