COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 8, 2000 PSA #2723
SOLICITATIONS
C -- INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR HYDRAULIC, HYDROLOGIC AND COASTAL ENGINEERING SERVICES ON PROJECTS ASSIGNED TO SAD
- Notice Date
- November 6, 2000
- Contracting Office
- U. S. Army Engineer District, Savannah, P.O. Box 889, Savannah, Georgia 31402-0889
- ZIP Code
- 31402-0889
- Solicitation Number
- DACW21-01-R-0001
- Point of Contact
- Joseph Hoke, (Technical Questions)912/652-5516, Ms. Leila Hollis, 912/652-5105(Contractual Questions)
- E-Mail Address
- Leila Hollis (leila.hollis@sas02.usace.army.mil)
- Description
- INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR HYDRAULIC, HYDROLOGIC AND COASTAL ENGINEERING SERVICES *** 1. CONTRACT INFORMATION: The U.S. Army Corps of Engineers, requires the services of an A-E firm for an indefinite delivery, indefinite quantity contract for hydrologic and hydraulic engineering, avigation and coastal engineering services on projects under the jurisdiction of SAD. This will be an Indefinite Delivery Indefinite Quantity Contract and is anticipated to be awarded in FY-2001. Work will be issued by negotiated firm-fixed price task orders. The contract will consist of a basic ordering period and two option periods, each period not to exceed one year, for a total of three years. The total of all task orders during each ordering period may not exceed $650,000. Individual task orders may not exceed $400,000. The total amount of the contract over the three-year ordering period may not exceed $1,950,000. The Government may exercise a contract option before expiration of the base contract period (or preceding option period), if the contract amount for the base period (or preceding option period) has been exhausted or nearly exhausted. This announcement is open to all firms regardless of size. Large business offerors must identify subcontracting opportunities with small business, HUBZone small business, small woman-owned business, and small disadvantaged business on their SF 255. If selected the large business offeror will be required to submit a small/small disadvantaged & women owned subcontracting plan in accordance with FAR 52-219.9 and FAR/DFAR/EFAR/AFAR, Part 19.7 as a part of the Request for Proposal package. The following subcontracting goals are the minimum acceptable goals to be included in the subcontracting plan. OF THE SUBCONTRACTED WORK, 62% TO SMALL BUSINESS: 10% TO SMALL DISADVANTAGED BUSINESS (A COMPOSITE OF SMALL BUSINESS); 5% TO WOMEN-OWNED BUSINESS (A COMPOSITE OF SMALL BUSINESS); 1.5% HUBZone small business (A COMPOSITE OF SMALL BUSINESS). Large business firms that intend to do any subcontracting must convey their intent to meet the minimum subcontracting goals on the SF 255, Block 6. Written justification must be provided if the minimum goals cannot be provided. For additional information concerning SUBCONTRACTING PLAN requirements please contact Ms. Gwen Parker at 912/652-5340. *** 2. PROJECT INFORMATION: Task orders to be issued under this contract will be used for preparing reports and hydrologic and hydraulic modeling in support of water control management, flood control, dam safety, environmental restoration activities, navigation dredging projects and coastal engineering studies. Work may include hydraulic modeling of tidally influenced drainage systems, rainfall-runoff modeling, reservoir systems modeling and supporting programming, dam safety analyses such as dam-break flood routing and mapping, collection of gage data, including installation of short-term stream or tide-gages, preparation of dredging plans and specifications, storm surge height and frequency studies, beach renourishment and sediment transport analyses. All drawings shall be submitted in Microstation. *** 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in descending order of importance. Criteria a-e are primary. Criteria f-g are secondary and will only be used as "tie-breakers" among technically equal firms. a. Specialized experience and technical competence in: (1) developing and documenting river basin rainfall -- runoff models, including HEC-HMS; hydraulic models, including HEC-UNET and HEC-RAS; and reservoir system simulation models; (2) planning and concept design of various flood control alternatives, or environmental restoration and enhancement of rivers, floodplains and wetlands; (3) installation of short-term tide and stream gages, and data collection; (4)numerical models to predict and evaluate effects on beaches and navigation channels; (5) dredging plans and specifications including calculation of quantities and disposal area capacity; (6) knowledge of dredging techniques and COE policies and practices. b. Past performance on DoD and other contracts with respect to cost control, quality of work and compliance with performance schedules. c. Capability to accomplish task orders, with adequate staffing to include hydraulic engineers, hydrologists, civil and/or coastal engineers, computer programmers, and CADD operators. These disciplines MUST be shown in BLOCK 4 of SF 255. Please disregard the "to be utilized" statement at Block 4 of SF 255 and show the total strength of each discipline; d. Professional qualifications of key management and professional staff members for disciplines shown in c. above. e. Knowledge of locality as it pertains to hydraulic and hydrologic rainfall-runoff modeling on projects in southeastern states. f. Extent of participation of SB, SDB, WO, historically black colleges and universities and minority institutions in the proposed contract team, measured by the percentage of the estimated effort; g. Volume of DoD contract awards in the last 12 months as described in Note 24; *** 4. SUBMISSION REQUIREMENTS: Interested firms having capabilities to perform this work must submit one (1) copy of SF 255 (11/92 edition) for PRIME and one (1) copy of SF 254 (11/92 edition) for prime and all consultants, to the following address: U.S. ARMY ENGINEER DISTRICT, SAVANNAH, ATTN: CESAS-CT-C, 100 WEST OGLETHORPE AVENUE, SAVANNAH, GA 31401-3640 not later than the close of business 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. INCLUDE THE FIRM'S ACASS NUMBER in Block 3b of SF 255. For ACASS information, call 503/326-3459. No faxed submittals will be accepted. Cover letters and extraneous material (Brochures, etc.) are not desired and will not be considered. PHONE calls are discouraged unless absolutely necessary. PERSONAL visits for the purpose of discussing this announcement will not be scheduled. THIS IS NOT A REQUEST FOR A PROPOSAL.
- Web Link
- U.S. Army Corps of Engineers, Savannah District, Contracting (www.usace.army.mil)
- Record
- Loren Data Corp. 20001108/CSOL005.HTM (W-311 SN5060K7)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on November 6, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|