Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 3, 2000 PSA #2720
SOLICITATIONS

C -- INDEFINITE DELIVERY CONTRACT FOR BASIN AND ECONOMIC PLANNING SERVICES

Notice Date
November 1, 2000
Contracting Office
U.S. Army Corps of Engineers, Philadelphia Wanamaker Building, Room 643, 100 Penn Square East, Philadelphia, Pennsylvania 19107
ZIP Code
19107
Solicitation Number
N/A
Point of Contact
Robert M. Bencal, 215-656-6606
E-Mail Address
Basin & Economic Planning Services (Robert.M.Bencal@nap02.usace.army.mil)
Description
CONTRACT INFORMATION: The Philadelphia District, U.S. Army Corps of Engineers intends to award an Indefinite Delivery Contract for Basin and Economic Planning Services to support the Civil Works and Work For Others missions assigned to the District. The contract shall be for up to one (1) 12 month base period with options for up to two (2) additional periods. Neither option period will 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 an option period. The cumulative total for the base and option periods shall not exceed $500,000.00. Option will be awarded based on value first then time at the discretion of the Contracting Officer. 2. PROJECT INFORMATION: Work will normally be within the geographic boundaries of the Philadelphia District, including but not limited to the Delaware River Basin and Estuary, which includes the states of Pennsylvania, New Jersey, New York, Delaware, and Maryland. Work outside the areas above and the Philadelphia District boundaries may be required under this contract. Boundary and other information can be obtained from the District's web site at www.nap.usace.army.mil. The selected firm will primarily provide assistance to the Planning Division within the District by completing water resources and civil works planning, design, engineering, environmental and economic investigations, analysis, studies, reports and related efforts pertaining to Corps of Engineers Delaware River Basin projects or studies and comprehensive economics in support of planning efforts. Primary efforts will include flood control studies and projects, shoreline protection, deep-draft commercial navigation, ecosystem restoration, environmental restoration and mitigation, recreation, environmental testing and analysis, institutional studies, financial and economic analysis, plan formulation including incremental analysis, optimization and screening, public involvement, hydrology and hydraulics analysis and modeling, related Civil, Structural and Geotechnical Engineering, and the related preparation of studies and reports. The use of digital databases/programs will be required as a part of the contract. These will as a minimum include: ARC/INFO Version 8 (and higher), HEC-1, HEC-2, HEC-RAS, Structural Inventory for Damage Analysis (SID), Expected Annual Flood Damage Computation (EAD), and cost estimating in the M-CACES Gold program. Digital physical databases shall be in the METADATA format. In addition, experience with particular methodologies will be necessary. These will include Incremental Flow Instream Methodology (IFIM), the Rosgen methodology of stream/river classification, and concepts of morphologically natural channel stability and restoration. Other efforts that are related to planning and to support missions assigned to the Philadelphia District will be a part of this contract. Work with other groups within the Philadelphia District or outside the Philadelphia District may be required. Primary economic qualifications and experience will involve navigation economic analysis which will include, but not be limited to: comprehensive planning; commodity projections; fleet projections; facility investigation and throughput capacity; waterway and inland transportation cost estimation; benefit estimation; multiport analysis and related report preparation. The firm must be familiar with Corps of Engineers, other Federal, state and local laws, regulations, codes, and formats for planning and the work related to this contract. To complete products under this contract computer aided drafting, graphic presentations, systems analysis, and word processing will be required. Other secondary type experience under the basin planning work will include the above related efforts for coastal and bay projects. Other secondary type experience under the economic services area will include fluvial and coastal economic analyses for storm damage reduction. This will include the assessment of erosion, storm inundation, wave runup, incremental cost analysis capability for ecosystem restoration, and recreational impacts. The firm must have available adequate numbers of professionals experienced in the following fields: basin planning, coastal and related planning, hydraulics, hydrology, environmental engineering, civil engineering, structural engineering, coastal engineering, data acquisition, modeling, environmental analysis and engineering, cost engineering, economist, transportation specialist, Geographic Information Systems (GIS), plan formulation, institutional studies, financial analysis, public involvement, and graphic arts and report writing. 3. SELECTION CRITERIA: Significant evaluation criteria in relative descending order of importance are: (1) Specialized experience in primary basin planning, economic, and Corps of Engineers procedures and regulations areas noted above, and were appropriate experience in energy conservation, pollution prevention, waste reduction and the use of recovered materials; (2) Specialized experience in other related basin planning, economic, and Corps of Engineers procedures and regulations areas noted above; (3) Professional qualifications of the staff in the types of work noted; (4) Capacity of the firm to accomplish multiple task orders within time and cost limitations; (5) 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; (6) 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. (7) 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 attention of Robert M. Bencal, Room 702, at the above address not later than close of business on the 30th day after 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 which 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. Include ACASS number in block 3b, of the SF 255. Call the ACASS Center at (503) 808-4591 for information on obtaining as ACASS number. As a requirement for award, the selected contractor must be registered in the Central Contractor Registration (CCR)(http://www.ccr2000.com). This is not a request for proposals. No other notification to firms for this project will be made.*****
Record
Loren Data Corp. 20001103/CSOL006.HTM (W-306 SN5056V0)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on November 1, 2000 by Loren Data Corp. -- info@ld.com