Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2005 FBO #1270
SOLICITATION NOTICE

C -- Architect-Engineering Services for an Indefinite Delivery Contract for Hydrologic, Hydraulic, and Coastal/Esturaine Engineering Services

Notice Date
5/17/2005
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-05-R-0045
 
Response Due
6/16/2005
 
Archive Date
8/15/2005
 
Small Business Set-Aside
N/A
 
Description
(1) Contract Information: The Baltimore District, U.S. Army Corps of Engineers intends to award an Indefinite Delivery Contract for Coastal/Estuarine Engineering and Hydrologic and Hydraulic Analyses Services that may be used by other Government Agen cies throughout the U.S. This procurement is unrestricted and therefore is open to all business, regardless of size. A firm-fixed price contract will be negotiated. Contract will be for one base period and two option periods. Option period will not exc eed one (1) year. Individual delivery orders shall not exceed $1,000,000.00. The contract is anticipated to be awarded on or about 1 October 2005. SUBCONTRACTING PLAN REQUIREMENTS: If a large business is selected, a subcontracting plan with the final fe e proposal will be required consistent with 52.219-9 and Section 806(b) of PL 100-180, PL 95-507, and PL 99-661. The small business subcontracting goals for this procurement is 45% of the total subcontracting dollar value. Of that 45%, 20% should be plac ed with Small Disadvantage Businesses, 10% with Women Owned Small Businesses, 3% with HUBZone Small Businesses, 3% with Veteran Owned Small Businesses and 3% with Disabled Veteran Owned Small Businesses. (2) PROJECT INFORMATION: The work under this contrac t will primarily be in the coastal and estuarine portions of Maryland and the Susquehanna and Potomac River Basins within the boundaries of the Baltimore District, however, work may be required outside of these boundaries. Primary work under this contract will involve, but not be limited to, reconnaissance investigations, feasibility studies, data collection, designs and reports related to coastal issues such as beach erosion, hurricane and storm protection, navigation, water quality, coastal inlets and ti dal hydraulics; hydraulic/hydrologic issues, such as flood control, flood forecast and warning system improvements, dam failure analyses, etc. Demonstrated qualifications and experience will be required in the following areas of coastal/estuarine engineer ing: (1) proficiency in numerical modeling of coastal processes relative to wind, wave, current, and storm surge studies; shoreline change and storm erosion using GENESIS, and SBEACH and other Corps approved models; (2) proficiency in numerical modeling of the effects of coastal structures on wave characteristics, circulation and storm surges in the open ocean and semi-enclosed embayments; (3) understanding of shoreline processes and responses; (4) development of tidal elevation frequency curves; (5) estima tion of channel shoaling rates; (6) development of sediment budgets; (7) generation of design and hindcast water levels and wave conditions for beaches and coastal structures; (8) calculations of tidal flows and tidal prisms; (9) engineering analysis for p lans of improvement using beachfill, seawalls, revetments, jetties, breakwaters, bulkheads, piers and sand bypassing systems; (10) the ability to collect and analyze coastal processes data such as waves, tides, currents, sediment transport, (11) ability to perform beach profile surveys using a sea sled for various scenarios, including pre and post storm; (12) computer code development for specific coastal engineering applications, (13) bathymetric surveying, and side scan sonar surveying to determine underw ater structural conditions and damage; and (14) geotechnical data collection and analysis, including coring and sub-bottom profiling. Additional qualifications and experience in the following hydrologic and hydraulic engineering areas; (1) generation of p robable maximum storms and flood hydrograph; (2) generation of discharge versus frequency relationships for gaged and ungaged areas under natural and regulated conditions; (3) development of water surface profiles and unsteady flow analyses using HEC-RAS, DAMBRK, or other Corps approved models; (4) watershed rainfall/runoff using HEC-HMS or other Corps approved models, (5) hydraulic analysis and design of dams, f lood detention basins, and related structures; (6) hydraulic analysis of natural and modified river channels, levees, and associated interior drainage facilities (including use of computer model HEC-IFH); and (7) sedimentation analysis for rivers and reser voirs using Corps of Engineers models HEC-6, SIAM, and SAM. The staff must be capable of responding to multiple work orders concurrently. The contractor must be able to supply completed products in IBM PC compatible software such as AutoCAD, Word, and E xcel. Deliveries consisting of computer files must be fully operational on the Baltimore District computer system. The AE firm selected shall be capable of providing final design products using computer-aided design and drafting (CADD) and delivering the drawing files in Autodesk, Inc., AutoCAD Release 14 or higher, native electronic digital format (i.e. .DWG) delivered on CD ROM conforming to the ISO 9660 CD standard. The design is not required to deliver the final design products in the above stated CA DD format. The products delivered must be able to be accessed directly by the Governments target CADD system without requiring translation, preprocessing, postprocessing or additional software. It is the responsibility of the AE firm to ensure this leve l of compatibility. The contract must also be ale to supple digital data products in a format compatible with work station ARC/INFO (Version 7.0.3 or higher) geographic information system (GIS). The firms must be qualified in the work areas described and be familiar with the requirements and regulations of the Corps of Engineers, EPA, and other agencies that have jurisdiction. (3) SELECTION CRITERIA: Significant evaluation criteria in relative descending order of importance are: (1) Professional qualificat ions necessary for satisfactory performance of required services; (2) specialized experience of the firm in the types of work required and where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (3) past experience, if any, of the firms staff in the Chesapeake Bay region and the DELMARVA coast of the Atlantic Ocean; (4) capacity of the firm to accomplish multiple task orders within time and cost limitations; (5) past experience, if an y, of the firm with respect to performance on Department of Defense contracts; (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 est imated effort; and (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: Firms which desire consideration and m eet the requirements described in the announcement are invited to submit a completed Standard Form (SF) 330 for Architect-Engineer Qualifications which became effective 8 June 2004, and replaces SFs254/255. The form has two parts: Part I  Contract-Specif ic Qualifications, and Part II General Qualifications. Although there has been a slight delay in the implementation, firms interested in the electronic submission of the Standard Form 330 part II will soon be able to submit it to the Business Partner Netw ork (BPN) at www.bpn.gov. For a logon and password, firms will use their DUNS number and the Marketing Partner Identification Number (MPIN) they selected when registering on the CCR web site, www.ccr.gov. Part II is prepared on a branch office basis, which aligns with the assignment of DUNS Numbers. Submission of the SF330 Part II to the BPN is voluntary. However, it will increase a firms visibility in the Federal marketplace and may lead to opportunities for contracts that are exempt from public announc ement. Do not submit a SF 254 or a SF 330 Part II to the Architect Engineer Contract Administration Support System (ACASS). ACASS will be modernized in late 20 04 to retrieve the SF330 Part II data from BPN and make it available to contracting agencies. Until then, agencies will require A-E firms to submit Part II with Part I when responding to a solicitation of A-E Services. A Part II is required for each bran ch office of the prime firm and any subcontractors that will have a key role in the proposed contract. After ACASS is modernized, contracting agencies have the option of requesting firms submit Part II with Part I or retrieving Part II from ACASS if a fir m has one on file in BPN. You may direct any policy questions on the SF330 Part II to Marilyn Nedell at the ACASS Center at (503) 808-4590, or by email at Marilyn.B.Nedell@usace.army.mil Use the help feature on BPN for general questions about the use of BP N. Please submit your SF330 Part I and Part II to the U.S. Army Corps of Engineers, ATTN: CENAB-CT-A, Sharon Roland), Room 7000, 10 S. Howard Street, Baltimore, MD 21203-1715 not later than 16 June 2005 at 3:30 PM. For questions, write via internet, Shar on.roland@nab02.usace.army.mil. For technical questions, please contact Dennis.C.Seibel@nab02.usace.army.mil. In order to comply with 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. For information regarding registration, contact: CCR Web site at www.ccr.gov. Solicitation packages are not provided. This is not a request for proposal.
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
Country: US
 
Record
SN00809644-W 20050519/050517212431 (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.