COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 31, 2000 PSA #2717
SOLICITATIONS
C -- IDIQ CONTRACT FOR RIVER ENGINEERING AND RELATED DESIGNS AND ANALYSES RELATIVE TO SACRAMENTO AND SAN JOAQUIN RIVERS AND THEIR TRIBUTARIES, VARIOUS WATER RESOURCES CIVIL WORKS PROJECTS WITHIN THE SOUTH PACIFIC DIVISION BOUNDARIES.
- Notice Date
- October 27, 2000
- Contracting Office
- USAED, Sacramento, Corps of Engineers, Attn: A-E Negotiations Section, 1325 J Street, Room 1079, Sacramento, CA 95814-2922
- ZIP Code
- 95814-2922
- Solicitation Number
- DACW05-01-R-0003
- Response Due
- November 30, 2000
- Point of Contact
- Stan Shibata (916)557-6676
- Description
- CONTRACT INFORMATION: A-E services are required for studies, reports and/or designs of various water resources projects. River engineering (including all forms of bank protection and levee designs), civil engineering, geotechnical, hydraulics, sediment transport, hydrologic, fluvial geomorphology, groundwater, channel or wetlands restoration, biotechnical channel stabilization, environmental engineering, GIS, topographic and hydrographic surveys, cost engineering, and other engineering designs and analyses services necessary for river engineering. The primary area of service for this solicitation is the drainage basins of the Sacramento and San Joaquin Rivers within the Sacramento District's civil works area of responsibility. A specific scope of work and services required will be issued with each task order. The end result of these studies/projects will include but not be limited to engineering analyses, feasibility studies, designs, reports, drawings, cost estimates, and plans and specifications. This work will include all architectural-engineering (A-E) and related services necessary to complete the designs and analyses, including A-E services during the construction phase and the operations and control phase. The SIC code is 8712 with business size standard of maximum $4 million of average annual receipts for its preceding 3 fiscal years. This acquisition is unrestricted. The contractor shall be responsible for design and drawings using computer-aided design and drafting (CADD) and delivering the three dimensional drawings in Intergraph Design File (DGN), version 5.0 or later format. The contractor must also have the capability to create, modify, and extract data from digital terrain models compatible with the Intergraph *.DTM format. The contractor shall have the capability to collect hydrologic, hydraulic, geo-technical, geomorphic, and topographic field data. More than one firm may be selected. If more than one contract is awarded as a result of this announcement for the same or similar work, selection for task order awards will be made as follows: (1) All awardees will be given a fair opportunity to be considered for each task order award in excess of $2,500. (2) In making selection of the awardee to receive a specific task order, the Contracting Officer will consider past performance of previous task orders, quality of previous task orders, timeliness of previous task orders, cost control, the firm's strengths and previous experience in relation to the work requirements and geographic location described in the scope of work for each task order. Details of the selection process will be included in the resultant contracts. Firm, fixed-price indefinite delivery, indefinite quantity contracts will be negotiated and the first is anticipated to be awarded in January 2001. Each contract will be for a one-year period not-to-exceed $1,000,000 for the basic year and two one-year option years, not-to-exceed $1,000,000 each. The options may be exercised at the discretion of the Government. At the discretion of the Government, the option years may be exercised early if the Total Estimated Price is exhausted or nearly exhausted; any alteration in rate changes from one year to the next as negotiated into the contract will be negotiated as needed between the Government and the A-E. If the Total Estimated Price of the base year or any option year is not awarded within that year's 12-month performance period and the Government has elected to exercise a subsequent option year, the remaining unused dollar amount may be added on to the Total Estimated Price of the option period being exercised. However, the Total Estimated Price of the contract, all three years (if the Govt elects to exercise both option years) will not exceed $3M. Task Orders shall not exceed the annual contract amount. This acquisition is unrestricted; the announcement is open to all firms regardless of size. All interested Architect-Engineers are reminded that in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged businesses. If a large business is selected, it must comply with FAR 52-219.9 regarding the requirement for a subcontracting plan on that part of the work it plans to subcontract. The recommended goal for the work intended to be subcontracted is 61.4% for small business, 9.1% is for small disadvantaged business (subset to small business) and 5% is for small business/woman owned (subset to small business). The firms selected for these contracts will be required to submit a detailed subcontracting plan at a later date. If the selected firms submit a plan with lesser goals, they must submit written rationale of why the above goals were not met. A detailed plan is not required to be submitted with the SF 255; however, the plans to do so should be specified in Block 10 of the SF 255. 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. An annual reconnaissance boat trip is made in connection with the Sacramento River Bank Protection Project to assess the condition of the Sacramento River and some of its tributaries and distributaries to make recommendations on the need for remedial measures, including emergency or near emergency conditions. The A-E will play an important part in this trip, documentation of the trip, and designs and analyses resulting from the trip. The levees and other flood control facilities along the Sacramento and San Joaquin Rivers and their tributaries and distributaries are also included in the project scope because of their importance. The river engineering required for the Sacramento and San Joaquin Rivers is very complex and is important to many diverse interests. Flood protection from the Sacramento and San Joaquin Rivers has been important in California history for many years and continual reassessment of priorities and methods to be used in providing protection from floods is required. Work under this contract may be directly tied to the Sacramento River Bank Protection Project or may be associated with any study or project that the Corps of Engineers is involved in within the Sacramento and San Joaquin River basins 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. 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, FL02D, 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; groundwater modeling; preparation of cost estimates, design documents, and plans and specifications; preparation of feasibility studies; and preparation and coordination for permit applications. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in descending order of importance. Criteria "a" through "e" are primary. Criteria "f" through "h" are secondary and will only be used as "tie-breakers" among technically equal firms. a. Specialized experience and technical competence in the following (order of importance, with (1) being most important): (1) River engineering, with significant experience with the Sacramento and San Joaquin Rivers preferred; (2) Bank protection design and analysis using traditional riprap methods and more environmentally friendly and innovative methods, including biotechnical methods; (3) Hydrologic and hydraulic analyses utilizing numerical models that vary in complexity from one-dimensional, steady-state to multi-dimensional unsteady state models; (4) Environmental engineering and biological analysis capability, especially relative to the Sacramento and San Joaquin Rivers; (5) Fluvial geomorphic analyses capability with investigators preferably having significant experience with the Sacramento and San Joaquin Rivers, well educated in the fields of geology, hydrology, and hydraulics; (6) Geographic Information System (GIS) capability; (7) Geotechnical engineering, determining and obtaining data needs and performing geotechnical designs and analyses. Experience along the Sacramento and San Joaquin Rivers is preferred; (8) Topographic and hydrographic surveying capabilities for water resource related studies, including development of terrain models; (9) Computer Automated Drafting and Design (CADD) capability -- Microstation and INROADS programs preferred; (10) Cost engineering capabilities, preferably with experience in making cost estimates for river stabilization measures; (11) Numerical modeling of groundwater for hydraulics, contaminate analysis, seepage, and groundwater recharge; (12) Familiarity with Corps of Engineers Civil works procedures and regulations. b. Qualified professional personnel in the following key disciplines: River engineering; civil engineering, including facility/utility modifications such as roads, irrigation and drainage structures, buildings in the vicinity of levees; hydraulics; fluvial geomorphology/ sediment transport; geotechnical engineering; environmental design/analysis; GIS; topographic and hydrographic surveying; CADD; cost engineering; groundwater design/analysis. The evaluation will consider education, training, registration, overall relevant experience and longevity with the firm. c. Past performance on DoD, Corps of Engineers and other contracts with respect to cost control, quality of work and compliance with performance schedules. d. Capacity to accomplish multiple simultaneous task orders within required time and cost limitations. e. Knowledge of the locality of the required work. f. Volume of DoD contract awards in the last 12 months as described below. g. Location of the firm in the general geographical area of the Sacramento District office. h. Extent of participation of small business, small disadvantaged business, woman owned small business, historically black colleges and universities or minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit ONE (1) completed SF 255 (11/92 edition) US Government Architect-Engineer and Related Services Questionnaire for Specific Project for themselves and ONE (1) completed SF 254 (11/92 edition) for themselves and one for each of their subcontractors to the office shown above, ATTN: A-E Negotiations Unit. In block 7 of the SF 255 provide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project experience for key team members; and indicate the team members role on each listed project (i.e. project manager, design engineer, etc). In block 9 of the SF 255, responding firms must indicate the number and amount of fees awarded on DoD (Army, Navy, and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. In block 10 of the SF 255, provide the quality management plan and organization chart for the proposed team. A task specific quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Responses received by the close of business (4:30 pm) on 11/30/00 will be considered for selection. No other notification will be made and no further action is required. Solicitation packages are not provided for A-E contracts. This is not a request for proposals. All responsible sources may submit the required SF 255 and SF 254, which shall be considered by the agency. See numbered Notes 24 and 26.
- Record
- Loren Data Corp. 20001031/CSOL007.HTM (W-301 SN5053K8)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on October 27, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|