Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 30,2000 PSA#2633

U. S. Army Corps of Engineers, Omaha District, 215 North 17th Street, Omaha, NE 68102-4978

C -- PREPARATION OF PROGRAMMATIC ENVIRONMENTAL IMPACT STATEMENT FOR SECTION 33, BANK STABILIZATION PROGRAM SOL DACW45-00-R-0003 DUE 072800 POC Procedural information: Chuck Paukert, 402-221-4403, Laura Timp, 402-221-4627. E-MAIL: william r. clausen, william.r.clausen@usace.army.mil. PREPARATION OF PROGRAMMATIC ENVIRONMENTAL IMPACT STATEMENT FOR SECTION 33, THE MISSOURI RIVER BETWEEN FORT PECK DAM, MONTANA, AND GAVINS POINT DAM, SOUTH DAKOTA AND NEBRASKA BANK STABILIZATION PROGRAM. SOL DACW45-00-R-0003. For procedural questions: Chuck Paukert (402) 221-4403; technical: Laura Timp (402) 221-4627.CONTRACT INFORMATION:A contract will be awarded to accomplish National Environmental Policy Act (NEPA) compliance for the Section 33 Bank Stabilization Program (program). A Draft and Final Programmatic Environmental Impact Statement (PEIS) will be completed in accordance with the Council on evironmental Quality's (CEQ) guidelines for implementing NEPA, and with Corps' NEPA regulations found in Engineering Regulation (ER) 200-2-2. The program was authorized in Section 33 of the Water Resources Development Act (WRDA) of 1988, as amended.The dams and reservoirs on the upper Missouri River have caused a lowering of the streambed in the open reaches downstream from the dams. They have also causedcontinuing bank erosion, modification of the annual cycle of erosion and accretion, and widening of the channel in some locations. The Section 33 program was created by Congress with the expressed purpose of allowing the Corps of Engineers to assist affected landowners in alleviating these effects through a variety of measures. These measures include maintaining or rehabilitating existing bank stabilization structures, constructing new bank stabilization structures, purchasing affected property and monetary compensation.The Corps will, utilizing this contract, prepare a PEIS to evaluate the potential degree or level of implementation of alternative measures to alleviate the identified problems, and their expected impacts, including cumulative environmental impacts. The specific components of the Section 33 program have not been defined, but will be identified and evaluated over time. State and local interests are in the process of identifying specific problem sites where they feel some action should be taken. This PEIS will identify the general impacts and issues associated with a range of alternatives, which will include those measures cited in the Section 33 legislation. The programmatic EIS will provide for coverage of general matters in a broad environmental document. Subsequent narrower and site-specific environmental analyses will be performed when specific projects and proposals are determined in the future.The Missouri River reaches in the Section 33 program include:* Fort Peck Dam to about twenty miles upstream of Lake Sakakawea (RM 1770 to RM 1580)* Garrison Dam to the upper end of Lake Oahe (RM 1390 to RM 1303)* Oahe Dam to about Pierre, South Dakota (RM 1071 to RM 1066)* About five miles downstream from Fort Randall Dam to Springfield, South Dakota (RM 875 to RM 832)* Gavins Point Dam to about 20 miles upstream of Sioux City, Iowa (RM 810 to RM 752)Types of services required will include site investigations, environmental assessment analyses, cumulative impacts and related studies. A Firm Fixed PriceContract will be negotiated for these services. Estimated completion date is September 30, 2002 with anticipated start date of October 1, 2000.If a large business is selected for this project, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work that it intends to contract. This plan is not required with this submittal. The subcontracting goals for this contract are that a minimum of 61.2% of the contractor's intended subcontract amount be placed with small businesses (SB), 9.1% be placed with small disadvantaged businesses (SDB) and 4.5% be placed with women-owned small businesses (WOSB).PROJECT INFORMATION: The program was authorized in Section 33 of the Water Resources Development Act (WRDA) of 1988, as amended. The program was authorized because the dams and reservoirs on the upper Missouri River have caused streambank and streambed problems in the open reaches downstream from the dams. The program allows for various means of alleviating these problems. All services required for the completion of this PEIS will be performed under this contract. The Consultant will provide technical and environmental analyses and compliance documentation, program formulation, environmental support documentation and public involvement support. The study area includes the following reaches on the Missouri River: Fort Peck Dam to about twenty miles upstream of Lake Sakakawea (RM 1770 to RM 1580); Garrison Dam to the upper end of Lake Oahe (RM 1390 to RM 1303); Oahe Dam to about Pierre, South Dakota (RM 1071 to RM 1066); about five miles downstream from Fort Randall Dam to Springfield, South Dakota (RM 875 to RM 832); Gavins Point Dam to about 20 miles upstream of Sioux City, Iowa (RM 810 to RM 752). The Corps will, utilizing this contract, prepare a PEIS to evaluate the potential degree or level of implementation of already identified alternative measures to alleviate the streambank and streambed problems and their expected impacts, including cumulative environmental impacts. This PEIS will identify the impacts and issues associated with a range of alternatives, including those measures cited in the authorizing legislation.SELECTION CRITERIA: Criteria for selection, in order of importance, are: a. Recent specialized experience and technical competence of the firm, including consultants, in:- NEPA and related environmental analyses- Cumulative impact analyses- Programmatic EIS's -- Streambank erosion and sedimentation studies- Public involvement under NEPA b. Professional qualifications and specialized experience in providing services of the following team members (including consultants): biologist; ecologist; socio-economic specialist; hydrologic engineer; hydraulic engineer; cultural resources specialist; and geographic information specialistc. Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules d. Capacity to accomplish the work in the required time e. Knowledge of the locality of the project f. 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. g. Quality control procedures and team organization, including consultants as described in the Management Plan (see SUBMITTAL REQUIREMENTS). The selected A-E firm must be able to provide products that meet guidance, criteria and quality standards without detailed review by the District. The firm must also present a logical team organization that provides an effective method of coordination and communication between the individual team members as well as consultants. h. Volume of DOD contract awards in the last 12 months with the object of effecting an equitable distribution of DOD A-E contracts among qualified A-E firms. SUBMITTAL REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit two copies of SF 255 (11/92 edition) and two copies ofSF 254 (11/92 edition) for the prime firm and all consultants 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. Solicitation packages are not provided. This is not a request for proposal. Solicitation packages are not provided for A-E contracts. Submittals must be addressed as follows: U.S. Army Corps of Engineers, Omaha District, CENWO-ED, ATTN: Chuck Paukert, 215 N. 17th Street, Omaha, NE 68102-4978. In block 10 of the SF 255, provide the following:(a) Management Plan. The plan should be brief and include an explanation of the firm's management approach, management of subcontractors (if applicable), specific quality control procedures used and an organizational chart showing the inter-relationship of management and various team components (including subcontractors).In block 3 of SF 255 provide the submitting firm's number (six or seven digits) assigned by the Northwestern Division, U.S. Army Corps of Engineers, for the Architect-Engineer Contract Administration Support System (ACASS). If firm has no ACASS number, so state. In block 6 of SF 255 provide the ACASS firm number for any consultants. If firm has no number, so state. To receive information on how to obtain an ACASS number, call (503) 808-4591. Personal visits for this solicitation to the Omaha District offices or the project site will not be scheduled. Posted 06/28/00 (W-SN469362). (0180)

Loren Data Corp. http://www.ld.com (SYN# 0016 20000630\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page