Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2006 FBO #1767
SOURCES SOUGHT

C -- IDIQ Contract for Hydraulic Design and Analyses, Hydrologic Analysis, and River Engineering for Civil Works Projects and Military Installations within the geographical boundaries of the US Army Corps of Engineers, South Pacific Division.

Notice Date
9/26/2006
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-06-S-6263
 
Response Due
10/12/2006
 
Archive Date
12/11/2006
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT TO BE USED FOR MARKET ANALYSIS ONLY. NO SOLICITATION WILL BE AVAILABLE AT THIS TIME. 1. CONTRACT REQUIREMENT: The proposed contract will be procured in accordance with the 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 work. The A-E services are for hydraulic designs and analyses, hydrologic analysis, river engineering, floodplain analyses, sediment engineering, and fluvial geomorphology, as applicable to both the Corps of Engineers Civil Works and Military Construction missio n areas. Capabilities in other disciplines, such as Geographical Information Systems (GIS), groundwater studies, Computer Aided Drafting Design (CADD), topographic and hydrographic survey, and MCACES Cost Engineering are also important elements of the pro posed contract. Project support efforts including site reconnaissance, environmental and wetland assessments, wildlife and habitat assessments, and historical assessments in accordance with NEPA and SHPO are included as potential project requirements. Th ese designs, analyses, and services are required within the Sacramento and San Joaquin River drainage basins and at other locations within the South Pacific Division military and civil boundaries, or with any South Pacific Division customers, as determined by the Contracting Officer. This work will include all Architectural-Engineering (A-E) and related services necessary to complete the assigned task orders for studies and designs. A specific scope of work and services will be issued with each task order. The North American Industri al Classification System Code (NAICS) is 541310, which has a small business size standard of maximum $4.5 million of average annual receipts for its previous 3 fiscal years. 2. QUALIFICATIONS: Skills/Experience: Interested firms must have the capability to perform, and a must have a minimum of five years of experience, in the following essential areas of expertise. 1) Hydraulic numerical modeling, steady and un-steady open channel flow 2) Civil design work to produce Plans & Specifications, i.e. quantities, construction drawings, cost estimates using MCACES, and produce specs using SPECSINTACT 3) Sediment transport numerical modeling and analysis 4) Hydraulic design and analysis of spillways, outlet works, energy dissipaters, and water control structures 5) Topographic and hydrographic surveying, both aerial and field surveyed cross-sections, to produce detailed topographic mapping for floodplain and river analyses and designs This Procurement will be conducted under FSC Code: C211; SIC Code: 8712; NAICS Code: 541310. The size standard for this code is $4,500,000.00. To be considered a Small Business under this NAICS Code, the respondents average revenue for the last three f iscal years cannot be more than $4,500,000.00; if the average revenue for the last three fiscal years is over $4,500,000.00, the respondent is a Large Business. All respondents, in their response to this notice, MUST identify their business size relative to the NAICS code. Respondents are required to state in their response whether the firm is a large business, small business, 8(a) program participant, HubZone, small disadvantaged business, woman-owned, veteran-owned business, or service disabled veteran- owned business. All questions should be directed to the Contract Specialist, at (916) 557-5196, fax (916) 557-5278, email Harold.Williamson@usace.army.mil. All interested parties are encouraged to respond to this notice and may respond to this announcement by submitting statements of qualifications following the instructions below. The responses must be specific to each of the qualifications listed above to show that the respondent meets each qualification or has the skills and experience; if a response does not show that the respondent m eets each of the qualifications and possesses the skills and experience, it will not be considered by the Government. Again, this is not a request for competitive proposals or quotations; there is no solicitation available at this time. A determination b y the Government to proceed with the acquisition as Set-aside for 8(a) Program, HubZone, Small Business, or Unrestricted, is within the discretion of the Government. All responses are due to the US Army Corps of Engineers, Sacramento District, ATTENTION: Harold Williamson, 1325 J Street, Room 878, Sacramento, CA 95814-2922, not later than 12 October 2006.
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
Country: US
 
Record
SN01154991-W 20060928/060926221018 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.