Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2003 FBO #0655
SOURCES SOUGHT

C -- Indefinite Delivery Contract for Basin and Economic Planning Services

Notice Date
9/11/2003
 
Notice Type
Sources Sought
 
Contracting Office
US Army Engineer District, Philadelphia - Civil, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
DACW61-03-R-0038
 
Response Due
10/14/2003
 
Archive Date
12/13/2003
 
Point of Contact
Michelle.L.Rubino, 215-656-6774
 
E-Mail Address
Email your questions to US Army Engineer District, Philadelphia - Civil
(Michelle.L.Rubino@nap02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA POC: Mary Jane Jerrett, (215) 656-6607 DESC: 1. CONTRACT INFORMATION: The Philadelphia District, U.S. Army Corps of Engineers intends to award a one-year Indefinite Delivery Basin and Economic Planning Services Contract to support the Civil Works and Work for Others Missions assigned to the District. The contract shall be for up to one 12 month base period with options for two additional periods. The maximum task order limit is $500,000. The cumulative total for all task orders in either the base or any option period shall not exceed $1, 000,000.00. The cumulative total of all task orders for the base and option period shall not exceed $3,000,000.00. The base or an option period shall not exceed 12 months. The award of an option shall be based on reaching the dollar limit or the time pe riod 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 information can be obtained from the District??????s website at: www.nap.us ace.army.mil. The selected A/E 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, repo rts 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 ecosystem/environmental restoration and mitigation, comprehensive wa tershed/basin studies, flood control studies and projects, shoreline protection, deep-draft commercial navigation, recreation, environmental testing and analysis, institutional studies, financial and economic analysis, plan formulation including incrementa l 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 wi ll be required as a part of the contract. These will as a minimum include: ARC/INFO Version 8.x (and higher), HEC-1, HEC-2, HEC-RAS, Structural Inventory for Damage Analysis (SID), Expected Annual Flood Damage Computation (EAD), and cost estimating in th e MCACES Gold Program. Digital physical databases shall be in the METADATA format. In addition, experience with particular methodologies will be necessary. These will include: the Rosgen methodology off stream/river classification, concepts of morpholo gical natural channel stability and restoration, and the use of Habitat Evaluation Procedure (HEP). 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. Economic qualifications and experience will involve navigation economic analysis which will include, but not be limited to: comprehensive planning, commodity p rojections; fleet projections; facility investigation and throughput capacity; waterway and inland transportation cost estimation; benefit estimation, multiport analysis and related report preparation. Other experience under the economic services area wil l include economic analyses for storm damage reduction. Incremental cost analysis capability for ecosystem restoration and quantification of recreational impacts will also be involved. The firm must be familiar with Corps of Engineers, other Federal, sta te and local laws, regulations, codes and formats for planning and the work related to this contract. To complete prod ucts under this contract computer aided drafting, graphic presentations, systems analysis, and work processing will be required. The firm must have available adequate numbers of professional experienced in the following fields: basin and comprehensive pl anning, hydraulics, hydrology, environmental engineering, civil engineering, structural engineering, data acquisition, modeling, environmental analysis and engineering, cost engineering, economist, transportation specialist, Geographic Information System ( GIS), plan formulation, institutional studies, financial analysis, public involvement, and graphic arts and report writing. 3. SELECTION CRITERIA: Significant selection evaluation criteria in relative descending order of importance will include: (1) Specialized experience in the primary basin-wide planning, environmental restoration, economic, and Corps of Engineers procedures and regulations areas noted above; (2) Professional qualifications of the staff in the types of work noted; (3) Capacity of the firm to accomplish multiple task orders within required time and cost limitations; (4) Past performance on relevant Department of Defense contracts will be a factor, however, lack of such performance will not necessarily preclude a firm from consi deration; (5) Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions on the proposed contract team, measured as a percentage of the estimated effort; (6) Location of the firm with respect to work site s 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 a ll 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 the announcement are invited to submit a completed SF 254 (r evised 11/92) and 255 (revised 11/92) for the prime firm and SF 254 for each consultant, to the attention of Mary Jane Jerrett, Room 702 at the above address not later than the close of business on 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. As a requirement for negotiations, the selected contractor will submit for government approval a quality control plan that 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. Includ e ACASS number in block 3b, of the SF 255. Call the ACASS Center at (503) 808-4591 for information on obtaining an ACASS number. As a requirement for award, the selected contractor must be registered in the Central Contractor Registration (CCR). This is not a request for proposals. No other notification to firms for this project will be made.
 
Place of Performance
Address: US Army Engineer District, Philadelphia - Civil 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
Country: US
 
Record
SN00432410-W 20030913/030911213429 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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.