Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 31,2000 PSA#2653

USAED, Sacramento, Corps of Engineers, Contracting Division, 1325 J Street, Sacramento, CA 95814-2922

C -- RIVER ENGINEERING AND RELATED DESIGNS AND ANALYSES DUE 081500 POC Judith E. Grant (916) 557-5244 Architect-Engineer, River engineering and Related Designs and Analyses relative to the Sacramento and San Joaquin Rivers and their tributaries and distributaries for the Corps of Engineers, Sacramento District. THIS IS NOT A SOLICITATION ANNOUNCEMENT; THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. THE PURPOSE OF THIS SOURCES SOUGHT SYNOPSIS IS TO GAIN KNOWLEDGE OF POTENTIALLY QUALIFIED SOURCES AND THEIR SIZE CLASSIFICATIONS (HUBZONE 8(a), 8(a), HUBZONE SMALL, AND SMALL BUSINESSES) RELATIVE TO SIC CODE 8712 (SIZE STANDARD $4.0 MILLION AVERAGE ANNUAL RECEIPTS FOR PROCEEDING THREE FISCAL YEARS). RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS WILL BE USED BY THE GOVERNMENT TO MAKE APPROPRIATE ACQUISITION DECISIONS -- SEE SUBMITTAL REQUIREMENTS BELOW. AFTER REVIEW OF THE RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS, AND IF THE GOVERNMENT STILL PLANS TO PROCEED WITH THE ACQUISITION, A SOLICITATION ANNOUNCEMENT WILL BE PUBLISHED IN THE CBD. RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS ARE NOT ADEQUATE RESPONSE TO THE SOLICITATION ANNOUNCEMENT. ALL INTERESTED OFFERORS WILL HAVE TO RESPOND TO THE SOLICITATION ANNOUNCEMENT IN ADDITION TO RESPONDING TO THIS SOURCES SOUGHT SYNOPSIS. PROJECT INFORMATION: Work and services will consist of river engineering designs and analyses and related studies including all forms of bank protection and levee designs, civil engineering, geotechnical, hydraulics, sediment transport, hydrologic, topographic and hydrographic surveys, fluvial geomorphology, geographic information systems (GIS), groundwater, channel or wetlands restoration, biotechnical, cost engineering, and other engineering designs and analyses services necessary for river engineering. Task orders may be work associated with the Sacramento River bank Protection Project or for any study or project that the Corps of Engineers is involved in along the Sacramento and San Joaquin Rivers including their tributaries and distributaries. Project schedules and environmentally sensitive limitations on times where work can be done in the rivers may require site activities be performed at the same time on four different sites along the rivers. The end result of these studies/projects will include but not be limited to engineering analyses, feasibility studies, design, reports and drawings, cost estimates, plans and specifications. The contract will be for a one-year period not-to-exceed $1,000,000 for the basic year and two one-year options not-to-exceed $1,000,000 each for a total of $3,000,000. Task orders may include civil engineering (including bank protection, levee geometry, quantities, rock placement designs, utilities relocations, biotechnical designs, etc.); hydrologic analysis and modeling using rainfall/runoff and routing models such as HEC-1, HMS, FFA, and WMS; hydraulic designs and analyses utilizing numerical models that vary in complexity from one-dimensional, steady state to multi-dimensional, dynamic models such as HEC-RAS, UNET, FLO2D, and RMA2 based models; environmental engineering and biological analysis; fluvial geomorphologic analysis with experts having significant experience in the fields of geology, hydrology, sediment transport, and hydraulics; GIS; geotechnical analyses utilizing dynamic analysis; topographic and hydrographic surveying; computer automated drafting and design (CADD) capability utilizing Microstation and INROADS programs; ground water modeling; preparation of cost estimates, design documents, and plans and specifications; preparation of feasibility studies; and preparation and coordination for permit applications. QUALIFICATIONS: a. River engineering, preferably with significant experience with the Sacramento and San Joaquin Rivers. b. Bank protection design and analysis using traditional riprap methods and more environmentally and innovative methods, including, biotechnical methods. c. Hydrologic and hydraulic analyses utilizing numerical models that vary in complexity from one-dimensional, steady-state to multi-dimensional unsteady state models. d. Environmental engineering and biological analysis capability, especially relative to the Sacramento and San Joaquin Rivers. e. Fluvial geomorphic analyses capability with investigators preferably having significant experience the Sacramento and San Joaquin Rivers, well educated in the fields of geology, hydrology, and hydraulics. f. Geographic Information System (GIS) capability. g. Geotechnical engineering, determining and obtaining data needs and performing geotechnical designs and analyses. Experience along the Sacramento and San Joaquin Rivers is preferred. h. Topographic and hydrographic surveying capabilities for water resource related studies, including development of terrain models. i. Computer Automated Drafting and Design (CADD) capability -- Microstation and INROADS programs preferred. j. Cost engineering capabilities including experience in making cost estimates for bank stabilization measures. k. Numerical modeling of groundwater for hydraulics, contaminate analysis, seepage, and groundwater recharge. Firms should show being able to successfully work withall the environmental agencies that have jurisdiction within the Sacramento and San Joaquin River basins. l. Firms must provide proof of the firm's ability to handle the work load with in-house forces, specialized capabilities in hydraulic, hydrologic, geotechnical, environmental, groundwater, civil, and cost engineering; topographic and hydrographic surveying and terrain model development; and computer aided design drawings (CADD) and to handle multiple task orders at any given time. m. If an 8(a) firm or small business were to receive an award as prime contractor as a result of any future 8(a) or small business set-aside Architect-Engineer (services) solicitation, the 8(a) firm or small business prime will be required to comply with FAR 52.219-14 which states that "at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. SUBMISSION REQUIREMENTS: Responses to this Sources Sought Synopsis shall provide proof of specialized experience and technical competence in each of the above Qualifications. Firms submitting shall present their information in a matrix format showing contracts they have performed. The matrix shall show those most recent five projects that prove you can meet each qualification criteria listed above, with contract numbers, contract type (firm fixed-price, cost reimbursement, etc.), total contract price, client's name, current and accurate client point of contact with phone number, project location, description of the contract's work requirement, dollar size of the contract, specific description of the actual work that the respondent did (was your firm the prime or a subcontractor, what specifically did your firm perform and what percentage of the entire contract did your firm perform), dates of the contract performance, current status of the contract, phase of work (SI, RI, FS, etc.), identify the lead environmental agency POC and phone number. Provide your ability to meet the qualifications above relative to qualified professional people and any other remarks. If multiple offices are proposed for execution of contract services, identify the capabilities of each office by discipline, identify the location of all key personnel, and demonstrate previous hazardous/toxic waste project experience where multiple offices were used successfully (include specific reference regarding methods for coordinating between offices). Firms should also indicate all applicable professional registrations and /or certifications of all personnel and subcontractors proposed to work on the contract. Provide evidence that on past contracts of a similar nature that your firm (as the prime contractor) was able to comply with the 50% requirement discussed above or that you have the capacity to meet the requirement. Responses to this sources sought synopsis MUST specify the business size status (Large, Hubzone 8(a), 8(a), Hubzone Small, SDB, Small, Woman-Owned Small) relative to the SIC Code 8712 and its $4M size standard. If 8(a), provide proof of SBA registration. If Hubzone, provide proof of registration. Two copies of the responses to this sources sought synopsis may be faxed, e-mailed, or mailed to the attention of Ms. Judy Grant, (916-557-5244, fax 916-557-5264), jgrant@spk.usace.army.mil, 1325 J Street, Sacramento, CA 95814-2922). Responses must be received no later than 4:30 PM Pacific Daylight Time, on 15 August 2000. Firms responding to this announcement who fail to provide all of the required information cannot be used to help the Government make the acquisition decisions, which is the intent of this synopsis. This notice is to assist the Sacramento District, Corps of Engineers in determining potential sources only. No solicitation is currently available. All firms responding to this sources sought notice are advised that their response to this notice is NOT a request to be considered for a contract award. If a solicitation is issued, it will be announced later in the CBD and all interested parties must respond to that solicitation announcement separately from the response to this sources sought synopsis. Posted 07/27/00 (W-SN479546). (0209)

Loren Data Corp. http://www.ld.com (SYN# 0023 20000731\C-0008.SOL)

C - Architect and Engineering Services - Construction Index  |  Issue Index |


Created on July 27, 2000 by Loren Data Corp. -- info@ld.com