Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2006 FBO #1525
SOLICITATION NOTICE

C -- Architect & Engineering Services - Hydrology & Hydraulics Engineering

Notice Date
1/27/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Western Federal Lands Highway Division, 610 East Fifth Street, Vancouver, WA, 98661-3801
 
ZIP Code
98661-3801
 
Solicitation Number
DTFH70-06-R-00005
 
Response Due
3/20/2006
 
Archive Date
4/4/2006
 
Description
Western Federal Lands Highway Division (WFLHD) of the Federal Highway Administration anticipates awarding TWO (2) Indefinite Delivery, Indefinite Quantity Contracts for Architect-Engineer (A/E) Services under this solicitation. The contract awards will be for Hydrology and Hydraulic Engineering services related to the design of roads and highway structures to be performed primarily in the states of Alaska, Idaho, Montana, Oregon, Washington, and Wyoming. Services may be ordered at other locations in States outside the Pacific Northwest. Projects typically range from 2 to 10 miles in length. Project sites will generally be associated with Federal or locally-owned roads on or leading to Federal land. The scope of work to be performed will be detailed in individual Task Orders. The work will principally be for hydrology and hydraulic engineering services needed in support of the engineering design and development of future road, bridge, and other construction improvements. Hydrology and hydraulic engineering services include but are not limited to: conducting office and field reviews of culverts, bridges, flood plains, and general highway drainage (i.e., ditches, minor drainage structures); providing reports with observations, recommendations, photographs, and field notes; performing hydraulic analysis of culverts, bridges, and flood plains; providing written inputs and outputs, and general analytical constraints and assumptions; providing design recommendations for culverts, bridges, and flood plains (i.e., fish passage features, stream protection and enhancement features, structure types ? bridges, culverts, arches, etc. ? structural foundation requirements for scour, and flood prevention measures for adjoining highway properties); providing written summary reports for all design recommendations; providing water quality monitoring plans with monitoring parameters, methods, and locations; coordinating with Federal, State, and local agencies on hydraulic engineering issues; closely coordinating with road designers, geotechnical and bridge engineers, and other technical specialists to incorporate hydraulic design features into highway plans, specifications, and estimates; and technical support during construction. The Contractor may be required to provide subcontractors to perform necessary support services such as stream site surveys and related data gathering (i.e., stream bed sediment samples) for specific contracts. Subcontractors and support contractors need not be identified during the A/E selection process. This procurement is being solicited on an UNRESTRICTED BASIS to A/E firms licensed and registered within one or more of the aforementioned states served by WFLHD, OR to A/E firms having an office within one or more of the aforementioned states served by WFLHD. Each contractor or their subcontractor is required to have a professional engineering license for each state listed and be capable of performing in all states. The TOTAL AMOUNT of services ordered shall not exceed $3,000,000 for the life of the contract. This solicitation is open to both large and small businesses. The contract will have a guaranteed minimum of $5,000. The term of the contract will be for three (3) years with an option for an additional two (2) years of services. All work will be set forth in individual Task Orders. Selected firms must comply with Equal Employment Opportunity requirements in accordance with FAR 22.8. The North American Industry Classification System (NAICS) code for this acquisition is 541330 (Engineering Services); the small business size standard is $4 million. Subcontracting plans will be required for large businesses in accordance with FAR 19.7. The subcontracting plan must show the firm?s intended use of small business, HUBZone small business, small disadvantaged business, veteran-owned small business, service-disabled veteran-owned small business, and women-owned small business concerns. Subcontracting Plans are not required with the submission of SF-330. PREREQUISITES AND SELECTION CRITERIA: Only firms meeting the following prerequisites will be considered and further evaluated for possible selection: a) Five (5) years of hydrology and hydraulic engineering experience in rural mountainous terrain and valley floors typical of the Western United States (Alaska, Idaho, Montana, Oregon, Washington, Wyoming); b) Five (5) years experience with hydrologic and hydraulic computer modeling of culverts (i.e., HY8, Culvert Master), river systems and bridges, (i.e., HEC-RAS, FEWSMS, BRI-STARS), and flood frequency analysis (i.e., HEC-FFA, PEAKFQ).; c) Professional staff with five (5) years of individual experience and one (1) or more years of graduate education beyond the Bachelor of Science level in surface water hydrology and hydraulics; d) Three (3) consecutive years of satisfactory performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; and e) In Part I, Section F, of the SF 330, firms responding must address, and demonstrate with specific examples, how they meet the prerequisites. Contractors shall be capable of performing in all states. The following criteria, in descending order of importance, shall be used in the evaluation of prospective firms and their sub-consultants: (1) Specialized recent experience and technical competence (either as a firm or through individual experience by proposed team members) in work in remote areas, including on publicly owned land, as demonstrated by relevant examples of previous work similar in nature and magnitude (30% weight): a. Hydraulic engineering in rural mountainous terrain and valley floors typical of the Western United States (Alaska, Idaho, Montana, Oregon, Washington, Wyoming) as demonstrated by relevant examples of previous work similar in nature and magnitude. b. Experience in field reconnaissance reviews; estimations of peak flows; design of fish passage culverts, culverts larger than 48 inches, minor roadside channels, and storm drains; analysis of flood plains and bridge waterways; design of stream bank and bridge scour protection; and development of water quality monitoring plans. This work typically requires the use of computer models or systems such as HY8, HEC-RAS, FEWSMS, BRI-STARS, MicroStation, and HEC-FFA. c. Demonstrated ability for excellence on the basis of honors, awards, and recognition. (2) Professional qualifications necessary for satisfactory performance. (25% weight): a. Professional experience in hydraulic engineering and engineering hydrology as related to highway design and construction in rural mountainous terrain and valley floors typical of the Western United States (Alaska, Idaho, Montana, Oregon, Washington, Wyoming). b. Professional staff?s educational background and valid professional engineer registrations in the Western United States (Alaska, Idaho, Montana, Oregon, Washington, Wyoming). c. Professional staff?s past experience in their technical field. (3) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (25% weight): a. Conformance to program requirements and scope of services; b. Preparation of complete, clear, and comprehensive reports, assessments, and designs requiring minimum review changes; c. Adherence to budgets; d. Delivery of submittals within schedules. (4) Ability to accomplish the work in the time required under this IDIQ (in terms of expertise and numbers appropriate for the task order issued) (20% weight): a. Current staffing of the firm and its proposed sub-consultants. b. On-going workloads of the firm and its proposed sub-consultants, their capability of undertaking this contract, and the priority it will likely receive in relation to other work. c. Where sub-consultants are proposed, identify the level of direct involvement in this project by the prime firm. d. The firm?s proposed method of contract administration and project management, including management of sub-consultants. e. Direct involvement in this contract of personnel who make up the ownership of the firm. f. Proposed method for controlling scope, schedule, quality control, and budget on specific projects. A/E firms meeting the requirements described in this announcement are invited to SUBMIT A COMPLETED SF-330. Firms responding should submit a single SF-330 and list their intended use of outside consultants or associates in Part I, Section C. The list of up to 10 projects included in Part I, Section F, of the SF-330 may be projects demonstrating the competence of the firm and any outside consultants or associates listed in Section C. Section F may not exceed 12 pages single-sided, and the minimum acceptable text size in Section F is 12 point. Additionally, Section H may not exceed 12 pages single-sided and the minimum acceptable text size in Section H is 12 point. The business size status should be indicated in Part II, block 5b, of the SF-330. No other type of submittal is desired and will not be considered in the evaluation. This is NOT a request for proposal. A solicitation package is not available. SUBMIT FIVE (5) COPIES (PAPER COPIES ONLY) OF YOUR RESPONSE BY 4:00PM LOCAL TIME MARCH 20, 2006. Additional information about WFLHD Architect/Engineering Procurement may be found on our website at http://www.wfl.fhwa.dot.gov/edi/ae.htm. The following applies only to Minority, Women-Owned and Disadvantaged Business Enterprises (DBEs): The Department of Transportation (DOT), offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000 with interest at prime rate, as published daily in the Wall Street Journal, plus 1.75 percent. For further information about the Bonding Assistance Program, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov.
 
Place of Performance
Address: Projects will be located primarily in the states of Alaska, Idaho, Montana, Oregon, Washington, and Wyoming.
 
Record
SN00974411-W 20060129/060127211814 (fbodaily.com)
 
Source
FedBizOpps 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.