Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2004 FBO #0923
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY CONTRACT FOR HYDROLOGIC AND HYDRAULIC ANALYSIS SERVICES INVOLVING VARIOUS MILITARY AND CIVIL WORKS PROJECTS IN OR ASSIGNED TO THE LITTLE ROCK DISTRICT, CORPS OF ENGINEERS

Notice Date
6/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE Little Rock District, 700 West Capitol, Little Rock, AR 72201
 
ZIP Code
72201
 
Solicitation Number
W9127S04R5005
 
Response Due
7/7/2004
 
Archive Date
9/5/2004
 
Point of Contact
Jerrod T. Whittington, 501-324-5045
 
E-Mail Address
Email your questions to USACE Little Rock District
(jerrod.t.whittington@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: This contract is being procured in accordance with PL 92-582 (Brooks A-E Act) as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required wor k. The services will consist of Hydrologic and Hydraulic Analysis Services for various military and civil works projects in or assigned to the Little Rock District, Corps of Engineers. Projects located outside the primary area of responsibility may be ad ded at the Government's discretion. This announcement is open to all businesses regardless of size. One indefinite delivery contract will be negotiated and awarded. The contract period for this award shall not exceed three years, including option periods. Option periods may be exercised at the discretion of the Contracting Officer. It is anticipated that the estimated workload for each period will be $300,000. The cumulative amount of the contract shall not exceed $900,000, including options. Work will be issued by negotiation of firm-fixed-price or labor-hour task orders. Contract award is anticipated by November 2004. The NAICS code is 541330, which has a size standard of $4,000,000 in average annual receipts. The wages and benefits of service empl oyees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location (not the location of the work). This announ cement is open to all business regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of work it intends to subcontract. The subcontracting g oals for the contract is that a minimum of 40.4% of the prime contractor's intended subcontract amount be placed with Small Business (SB), including Small Disadvantaged Businesses (SDB) of 16%, Woman Owned Small Businesses (WOSB) of 5.6%, Historically Blac k Colleges and Universities and Minority Institutions (HBCU/MIs) of 18.2%, Historically Underutilized Business Zone (HUBZone) Small Business of 3%, and Veteran Owned Small Business of 3%. The plan is not required with this submittal, but will be required p rior to award. If the selected firm intends to submit a plan with lesser goals, it must submit written rationale in the plan why the above goals cannot be met. It is imperative that all small disadvantaged businesses contact their respective Small Business Administration Office to obtain Small Disadvantaged Business Certification. Without SBA SDB certification, neither a prime contractor nor a federal agency can receive SDB credit when utilizing non-certified contractors/subcontractors. 2. PROJECT INFORMATION: Work includes, but is not limited to, hydrologic and hydraulic services related to the following areas: investigations and studies such as unit hydrographs; design storms and floods; frequency and duration analysis; flood and reser voir routing; flood and recession prediction procedures; sediment sample collection and transport, aggradation, and deposition analysis; hydraulic structure rating curves; backwater profile computations; water supply reallocation computations; reservoir co ntrol studies; and reservoir regulation manuals. Work may include a broad range of hydrologic, hydraulic, and water quality services not described above as assigned. The type of study and study procedures for each item of work will be described in each t ask order. Additional work may include computer programming and/or web design related to hydrologic and hydraulic work. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria 'a' - 'e' are primary. Criteria 'f' - 'h' are secondary and will only be used as tie-breake rs among firms that are essentially technically equal. a. Professional qualifications. Qualified personnel in the following key disciplines: (1) Program Manager, (2) Hydraulic Engineer, (3) Jr. Hydraulic Engineer, (4) Engineering Technician, (5) Draftsman/CADD Operator. All professionals are to be registere d in their perspective fields and should possess the necessary experience described in the following paragraph. b. Specialized experience and technical competence: The responding firm must demonstrate experience in the following items: (1) unit hydrograp hs; design storms and floods; frequency and duration analysis; flood and reservoir routing' flood and recession prediction procedures; sediment sample collection and transport, aggradation, and deposition analysis; hydraulic structure rating curves; backwa ter profile computations; and water supply reallocation computations. (2) The contractor must show experience and in-house expertise in computer modeling and programming and in the using existing software including HEC-1, HEC2, and HEC-RAS, HEC Flood Flow Frequency Analysis, and HEC Hydraulics Graphics package. This expertise shall include programming experience on microcomputers and workstations with DOS and UNIX operating systems. It shall also include knowledge of X-Window programming concepts, networ ks, and World Wide Web technology, and object-oriented design in programming. Familiarity with HECDSS database such as used in LRD as well as software that utilizes data stored in the database such as DSPLAY, REPGEN, DSSUTL, and others is also required. (3) A thorough knowledge of Corps of Engineers policy and procedures and experience and expertise in sediment transport and accumulation, existing software HEC-5 and UNET, and water quality work including quality sampling, analysis, and reporting for large lakes and streams are also desirable. (4) Firms considered must have at least two professionally registered and highly skilled engineers with expertise in hydrology and hydraulics and computer programming related to hydrology and hydraulics and qualified support personnel to accomplish the requested work. (5) The contractor shall have capability sufficient to provide total and complete computer output on all programs used; install and debug applications software on workstations using DOS and UNIX operat ing systems; furnish computerized detailed plots of water surface profiles; produce plates and plots in format compatible with ETL 1110-2-251. AutoCAD is no acceptable unless the contractor can provide AutoCAD produced work that is completely compatible w ith the Intergraph System. The contractor shall also be able to interface data from the HECDSS data based to produce plots on the CADD system. c. Capacity. Capacity to perform two $150,000.00 delivery orders in a 150-day period. The evaluation will co nsider experience of the firm and any consultants in similar size projects, and the availability of an adequate number of personnel in key disciplines. d. Past performance on DOD and other contracts with respect to cost control, quality of work, and comp liance with performance schedules. e. Specific Knowledge of Locality. f. The physical location in relation to the Little Rock District. g. Extent of participation of SB, SDB, and HBCU/Mis in the proposed contract team, measured as a percentage of the total estimated effort. h. Volume of DOD contract awards in the last 12 months as described in Note 24. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit 2 copies of SF 255 (11/92 edition), and 2 copies of SF 254 (11/92 edition) for the prime firm and all consultants, to the above address not later than 4:0 0 PM from the response date posted above. If the response date is a Saturday, Sunday, or Federal holiday, the deadline is 4:00 PM of the next business day. The SF 255 shall not exceed 35 pages, including no more than 5 pages for Block 10. The font size for Block 10 should be no smaller than 10. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. Information regarding registration can be obtained online at www.ccr .gov or through CCR Assistance Center (CCRAC) at 1-888-227-2423 or 269-961-4725. Include the firm's ACASS number in SF 255, Block 3b. For ACASS information, call the Contractor Appraisal Information Center (CAIC) in Portland, Oregon at 503-808-4590. In SF 255, Block 10, describe owned or leased equipment that will be used to perform this contract, as well as CADD capabilities. In Block 10, describe the firm's overall design quality control plan (DQMP). A project-specific DQMP must be prepared and approved b y the Government as a condition of contract award but is not required with this submission. In Block 10 also indicate the estimated percentage involvement of each firm on the proposed team. Include an organization chart of the key personnel to be assigned to the project. Mailing address to send submissions: US Army Corps of Engineers, Little Rock District (CESWL-EC-HA), PO Box 867, Little Rock, Arkansas 72203-0867, ATTN: Jerrod Whittington. For delivery services send submissions to: US Army Corps of Enginee rs, Little Rock District, ATTN: Jerrod Whittington, Room 7031, 700 W. Capitol Avenue, Little Rock, Arkansas 72201. Cover letters and unnecessary elaborate brochures, or other presentations beyond those sufficient to present a complete and effective respons e are not desired. Facsimile submissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. Phone calls are discouraged. Personal visits for the purpose of discussing this announcement will not be scheduled. This is not a request for proposal.
 
Place of Performance
Address: USACE Little Rock District 700 West Capitol, Room 7031 Little Rock AR
Zip Code: 72201
Country: US
 
Record
SN00598403-W 20040606/040606111449 (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  © 1994-2020, Loren Data Corp.