Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2001 FBO #0013
PRESOLICITATION NOTICE

R -- FIXED-PRICE CONTRACT FOR GAGE AND DISCHARGE MEASUREMENT SERVICES WITHIN ENGINEERING DIVISION

Notice Date
12/13/2001
 
Notice Type
Presolicitation Notice
 
Contracting Office
US Army Engineer District, Vicksburg-Civil Works, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
DACW38-02-2002-GD
 
Response Due
1/7/2002
 
Archive Date
2/6/2002
 
Point of Contact
Alice Scott, 601-631-7906
 
E-Mail Address
Email your questions to US Army Engineer District, Vicksburg-Civil Works
(Alice.W.Scott@mvk02.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA One fixed price contract will be negotiated and awarded, with a base period and one option period. The option may be exercised at any time upon the exhaustion of funds during the current period. The contract is scheduled for award in May 2002. The work w ill be accomplished within the Vicksburg District, but may be in contiguous districts. This announcement is a small business set-aside. Effective 14 June 1999, the small business size standard for A-E services is 4.0 million. Subcontracting intentions a re outlined in Block 6 of SF 255. 2. PROJECT INFORMATION: The work consists of taking a defined number of discharge measurements on a routine basis along the Mississippi River and tributaries. The measurements will be taken with the use of an Acoustic D oppler Current Profiler (ADCP) and a single beam depth sounder. The data collected will be imported into personal computer software specifically designed to calculate flow measurements. The software (program code) currently in use in the Vicksburg District will be made available during advertisement. The work will also require collecting daily water stage data at approximately 50 gaging sites throughout the Vicksburg District and reporting information daily and monthly to the Vicksburg District. Additiona l work will consist of maintenance of permanent reference elevation markers at each gaging site and infrequent collection of sediment samples at specific discharge ranges. Extreme flow conditions may require a combination of the ADCP, a single beam depth sounder, and differential GPS. The contractor may be required to take special purpose flow pattern and discharge measurements at lock and dam locations. The contractor may be required to verify his system by comparison with conventional discharge methods . All measurements will be in English units. 3. PRESELECTION CRITERIA: Pre-selection criteria will be based on the following considerations which are of equal importance: The firm (either in-house or through association with a qualified consultant) mus t demonstrate: (a) experience in the use of ADCP systems on rivers such as the Mississippi, Red and Ouachita Rivers which have high sediment loads, extreme currents and variations in depths from 10 to 120 feet; (b) the ability to use the ADCP in conjuncti on with a single beam depth sounder and differential GPS to produce a single product discharge measurement; (c) experience in discharge measurements by conventional methods; (d) a management plan for collecting, reporting and storing river stage data; and (e) a registered land surveyor in either Arkansas, Mississippi or Louisiana. Deliverables shall be provided in the following format (hard copy, floppy disc, electronic transmission and/or on media approved by the CO). Each discharge reading will list th e corresponding date, mean gage reading (feet), maximum depth (feet), width (feet), cross-sectional area (square feet), mean velocity (foot/second), maximum velocity (foot/second), overbank discharge (cubic feet), total discharge (cubic feet) and water tem perature (degree Fahrenheit). 4. SELECTION CRITERIA: See Note 24 of the CBD for the general selection process. The selection criteria are listed in descending order of importance (first by major criterion and then by each subcriterion). Criteria A thro ugh F are primary; criteria G through I are secondary and will only be used to rank the most highly qualified firms. (A) Specialized experience and technical competence of the firm and consultants in the work described above in preselection items a, b and c. B) Knowledge of the navigable waters in the Vicksburg District. C) Professional qualifications: The firm must indicate professional registration and work experience of key personnel. The firm should emphasize professional registrations, certificati ons and specific work experience of key personnel. D) Capacity: The firm should indicate the ability to perform on time regardless of unexpected equipment bre akdowns, and/or personnel problems. (E) Past performance: Consideration will be given to ratings on previous DOD contracts for engineering services. (F) Knowledge of the locality. (G) Geographic proximity to Vicksburg, Mississippi. (H) DoD contract a wards in the past 12 months, the greater the awards the lesser the consideration. (I) Extent of participation of SB, SDB, historically black colleges and universities (HBCU) and minority institutions (MI) in the contract team. Participation will be measu red as a percentage of the total anticipated contract effort, regardless of whether the SB, SDB, HBCU or MI is a prime contractor, subcontractor, or joint venture partner, the greater the participation, the greater the consideration. In the final selectio n process, the most highly qualified firms will be interviewed and will have to demonstrate the ability to perform to the satisfaction of the Vicksburg District. 5. SUBMISSION REQUIREMENTS: Interested firms must send one copy of SF 255 (11/92 edition) fo r the prime and consultants and one copy of SF 254 (11/92 edition) for the prime and one copy of each consultant's SF 254 (11/92 edition) to U.S. Army Engineer District, Vicksburg, ATTN: A-E Services (CEMVK-ED-CE) 4155 Clay Street, Vicksburg, Mississippi 3 9183-3435. All telephone calls should be directed to Mr. John Barnes, (601) 631-5485. This is not a Request for Proposal. A fee proposal will be requested at a later date. See Note 1.
 
Web Link
Army Single Face to Industry
(http://acquisition.army.mil)
 
Place of Performance
Address: US Army Engineer District, Vicksburg-Civil Works ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
Country: US
 
Record
SN20011213/00006326-011214104802 (fbodaily.com)
 

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.