Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2007 FBO #2162
MODIFICATION

C -- A/E IDIQ for Multi-Discipliined Engineering and Design Services

Notice Date
10/26/2007
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
Portland District, US Army Corps of Engineers, Contracting Division (CENWP-CT_, P.O. Box 2946, Portland, OR 97208-2946
 
ZIP Code
97208-2946
 
Solicitation Number
W9127N-08-R-0002
 
Response Due
11/27/2007
 
Archive Date
1/26/2008
 
Point of Contact
Kathleen Seitz, 503/808-4628
 
E-Mail Address
Email your questions to Portland District, US Army Corps of Engineers
(kathleen.d.seitz@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. GENERAL: The U. S. Army Corps of Engineers (USACE), Portland District, proposes to contract for multi-disciplined engineering and design services. An Indefinite Delivery Type Architect-Engineer (A/E) contract will be awarded under this solicita tion. The contract shall be for a base period of three years not to exceed $7,500,000. The contract shall contain the option of two additional periods of one year each, at $2,500,000 each. An option period may be exercised at the discretion of the Govern ment before expiration of the previous period. The maximum for each task order will not exceed the annual contract amount. If a large business is selected for this contract, it must comply with FAR 52.219-9. Subcontracting goals for this contract are th at a minimum of 51.2% of the proposed subcontracting amount be placed with small businesses (SB), including small disadvantaged business (SDB) 8.8%, 7.3% be placed with small women-owned business, 3.1% be placed with HUBZone small businesses, and 1.5% be p laced with Service Disabled Veteran Owned small businesses. The wages and benefits of service employees (see FAR 22.10) performing under this contract must at least equal to those determined by the Department of Labor under the Service Contract Act, as de termined relative to the employees office location (not the location of the work). To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR) Register via the CCR Internet site at http:www.ccr.gov or by contacting the CCR Help Line at 1-888-227-2423. The estimated start date is April 2008. The contract will be available regionally only. Personnel provided for these contracts must be experienced in disciplines which would enable performance on a wide var iety of projects. Specifically required will be project managers/leads, civil, electrical, environmental, geotechnical, fisheries, hydraulic, mechanical, and structural engineers; naval architects, architects, civil technicians, CADD operators, constructi on cost estimators, geologists, geophysicists, hydrologists, biologists, fisheries and wildlife biologists, landscape architects, land surveyors, cost estimators, and specification writers, as well as appropriate support personnel. The Corps of Engineers anticipates that the majority of work will be in the structural, biological, mechanical, electrical, civil, fisheries, and hydraulic disciplines. 2. TYPICAL SERVICES: Typical services to be provided would include engineering and design such as: a. Str uctural: Engineering, design, and preparation of plans and specifications for civil works structures and complex structural steel items (gates, bulkheads, stoplogs and prototype equipment); design and analysis of concrete dams, powerhouses, spillways and stilling basins, reservoir outlet works (intake structures, tunnels, conduits, energy dissipaters); bridges; pump facilities, navigation locks, marine facilities, piling and floating structures, buildings and warehouses, and fish passage, collection, and m onitoring structures and facilities. Expertise with special analytical codes, seismic design and coating systems will be required. Structural analyses and inspection of unique civil works features; such as hydraulic steel structures, bridges, tunnels and other project appurtenant features is anticipated. Ability to provide expertise, inspection and forensics in the areas of concrete and steel materials. b. Biological: Preparing or contributing to the preparation of fish and wildlife studies and other do cuments related to fisheries design for fish passage facilities and Endangered Species Act issues. c. Mechanical: Engineering, design, and preparation of plans and specifications for cranes, hoists, and other machine design items; HVAC systems; piping, plumbing, and sewage systems, gating (high head and other), operators (motors, gearing and wheels), hydraulic and air systems, water supply and pumps and sc reening systems related to civil works and fish passage systems. d. Electrical: Engineering, design, and preparation of plans and specifications for aerial and underground power distribution, motor controls and control centers, interior and exterior li ghting, telephone systems, CCTV systems, and automated control systems using PLCs and PC-based platforms. e. Civil: Engineering, design, and preparation of plans and specifications for roads, pavements, drainage, excavation and disposal, grading, clearin g and debris removal, utilities, waste water treatment, on-site water supply and water treatment, marine and campground type recreation facilities, levees, river bank protection, and land surveying. f. Hydraulic: The analyses and design for high head dam regulating outlet facilities; spillways and stilling basins; outlet valves and gates; of existing and new adult and juvenile migrant fish facilities; navigation channels and facilities. On-site investigation and analysis for water resource projects; graph ical visual idealization (fishery behavior); computational fluid dynamic modeling including one, two and three dimensional numerical modeling for steady and unsteady flow including temperature and water quality parameters and capability with data archiving of results for later use; hydraulic physical modeling capability; and prototype testing. Expertise with fisheries design and criteria. g. Fisheries Engineering: Design of fish collection, monitoring, sampling, protection and passage systems utilizing expert knowledge of fish behavior and criteria related to fisheries design. h. Geotechnical: Geologic and soils mapping; soils engineering; engineering geology; insitu material testing; surface and subsurface soil and rock sampling for lab testing; inst rumentation plans and designs for the installation, monitoring, and analysis of a variety of civil works structures including but not limited to embankment dams, concrete dams, powerhouses, marine structures, and foundations in soils and rock; groundwater investigation; slope stability studies; shallow and deep foundation explorations, investigations and designs; excavation and embankment design and slope stability studies; slope protection and retaining structures; underground openings including tunnels in soils and rock; water well investigations; seismic analyses; and geotechnical reports and specification writing. i. Coastal, River and Harbors: The design of jetties, breakwaters, mooring structures, small boat basins, river training structures, and an chorage. j. Naval Architect: Engineering, design, analyses and preparation of design documents for water structures, including but not limited to: docks, marine structures, floating guidewalls, floating plants and fish facilities, fish guiding devices, a nchorages, ocean and river transportation, anchorages, floating bridges and other similar water related structures. k. Environmental: Preliminary assessment site surveys to evaluate potential contamination from hazardous substances due to past activiti es, investigations of potential sites identified in survey, preliminary assessment reports of findings of investigation, and identification of potential environmental disposal issues associated with rehabilitation work. l. Construction Cost Estimators. E valuation of the proposed Cost Estimators experience using MII (MCACES 2nd Generation) software and construction scheduling will include: (1) Evaluation of a sample MII estimate prepared by the proposed cost estimator. The sample estimate provided sho uld include crew designations; outputs; backup for crews, labor and equipment; material and subcontractor quotes; and details on mob/demob and job office overhead. (2) Evaluation of the proposed cost estimators background in construction (preferably wit h a civil works emphasis). (3) Review of bid opening results vs. owner estimates (prepared by the proposed cost estimator). (4) Evaluation of the proposed Co st Estimators experience using Primavera Contractor software in the preparation of construction schedules. m. Emergency Engineering Services: Capability, capacity and experience to support emergency related missions, such as but not limited to; Debris re moval, demolition, temporary housing and support facilities, utility engineering, flood fight field assessment, structural and civil damage assessments, systems and equipment evaluations. n. Certified Value Specialist (CVS): Provide a VE study team lead er (facilitator) and team members experienced in Value Engineering Methodology. The facilitator shall be a Certified Value Specialist in accordance with the requirements of SAVE International (previously known as the Society of American Value Engineers (SA VE)). o. Hydropower: Mechanical and Electrical engineering and design services for the replacement, refurbishment, or upgrade of hydro-electric powerhouse and pumping plant systems, equipment, and appurtenances. Such work may include generator stators, t urbines, power trains, governors, exciters, transformers, circuit breakers, control systems, control and protection relay systems, voltage systems, switchyard switchgear and breakers, motor and control systems, gantry and bridge crane systems, static start system for condensing operations, water control pumping plants, containment structures, powerhouse gates, gating at remote structures, sump pumps, cooling water pumps, potable water pumps, water treatment stations, associated piping and other flow passage s, control and SCADA systems, fiber optic and digital communication systems, video security and cathodic protection systems. The selected Contractor will also be capable of performing the procedures for estimating hydropower project energy output and dep endable capacity for determining power benefits and performing hydropower economic analyses for various types of power projects, new conventional and pumped-storage projects, hydroelectric and pumping plant expansions, rehabilitation of existing hydroelect ric and pumping plant projects, operational changes, and cost allocation studies. The selected Contractor will capable of performing Hydroelectric and Pumping Plant Electrical, Mechanical, Structural, and Civil investigations for equipment and facility as sessments, initial feasibility cost appraisals, final engineering cost appraisals, reconnaissance studies, fault studies, relay coordination studies, feasibility studies which may include an engineering analysis of all prudent applicable design options and an engineering recommendation for the proposed design, generator uprate studies, power system uprate studies, plans and specifications, commissioning plan development and execution, and Engineering During Construction. p. Other: Also required would be c apability and experience associated with dam safety inspections; architectural design of project buildings and related features; landscape architectural design, including irrigation features; plans and specification preparation, engineering studies, techni cal reports, design analysis, preparation of detailed quantity takeoff, CADD and GIS capability and engineering during construction. 3. CADD COMPLIANCE: The selected firm must be able to produce engineering drawings on a computer aided design and draft ing (CADD) system and provide those drawings to the district in electronic format. Portland District utilizes Bentley MicroStation for its design process. Drawings must be submitted in the current MicroStation format and must be fully compatible. If dra wings are converted from another design package to MicroStation, all conversions shall be made prior to delivery of any submittal. Drawings may be submitted in other design package formats if pre-approval has been obtained from the Portland District CADD manager. Drawings shall adhere to the current Corps CADD standards. A copy of the current standards may be requested from the Portland District CADD manager, Jim Sherman at James.M.Sherman@usace.army.mil, or telephone (503) 808-4826. All questions regarding standards compliance may be directed to the CADD manager. 4. GEOGRAPHIC INFORMATION SYSTEMS (GIS) COMPLIANCE: The selected firm must be able to produc e GIS data that meets Corps of Engineers mandated Spatial Data Standards for Facilities, Infrastructure and Environment (SDSFIE). A free copy of this software is available at the Corps CADD/GIS Technology Centers website. These GIS files must be fully compatible with the Portland District Enterprise GIS (EGIS) System which utilizes Environmental Systems Research Institute (ESRI) Geodatabase format. All geospatial data must also be documented through the preparation of standard metadata (data about data ) descriptions. The Contractor shall ensure that the metadata delivered is compliant with the Federal Geographic Data Committee (FGDC) Standard Content Standard for Digital Geospatial Metadata, FGDC-STP-001-1998. A free copy of this standard is availab le at: http://www.fgdc.gov/stanards/documents/standards/metadata/v2_0698.pdf. Geospatial data must also conform to the FGDC ESRI ArcCatalog Metadata Form, filling in at a minimum, all required fields identified in the FGDC ESRI Stylesheet. 5. SELECTION CRITERIA: Selection for this project will be based upon the following criteria shown in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-g below is primary. Criteria h-j below are secondary and will o nly be used as tie breakers among technically equal firms. a. Specialized experience and technical competence with regard to the typical services to be performed, as described above. Specific examples of completed projects and involvement in completed projects that demonstrate the specialized experiences and technical competence will be the primary information evaluated. b. Professional qualifications of the personnel to be assigned to this project. The evaluation will consider education, registration, and longevity of relevant experience. The following disciplines will be evaluated: (1) Project managers/Technical managers (2) Structural Engineers (3) Biologists, Wildlife and Fisheries. A fisheries biologist is defined as a biologist with experience w ith current technologies for adult and juvenile fish passage systems and knowledge of specific biological criteria for the design of such systems. (4) Mechanical Engineers (5) Electrical Engineers (6) Civil Engineers (7) Hydraulic Engineers (8) Fisheries Engineers (defined as engineers from various disciplines with training and experience with design of fish facilities, and knowledge of fish behavior and criteria related to fisheries design). (9) Geotechnical Engineers (10) Geologists (11) Other Disciplin es; Coastal, River and Harbor Engineers, Hydrologist, Environmental Engineers, Architects, Naval Architect, Landscape Architects, Cost Estimators, VE Facilitator, CADD Operators, Land Surveyor and 2-Person Survey Crew c. Past performance on contracts wi th Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. d. Knowledge of the Locality. (1) Knowledge of flood control, navigation, and hydroelectric dam projects in Oregon, Washingt on, Idaho, Western Canada, Western Montana, and Northern California. (2) Knowledge of fish bypass, collection, sampling, and monitoring systems and facilities in Oregon, Washington, Idaho, Western Canada, Western Montana, and Northern California. e. Des ign Quality Assurance: (1) Description of quality control processes used by the firm. (2) Description of management approach firm would use on this contract if successful offeror. Includes organizational chart showing inter-relationship of management and design team components. f. Ability to meet the CADD and GIS requirements as specified in this synopsis. g. Capacity of the firm to accomplish the required serv ices on schedule. h. In the event of a tie, the firm's standing as a Small, Small Disadvantaged, or Woman-Owned Small Business, and the extent to which those firms, as well as Historically Black Colleges, and Universities/Minority Institutions (HBCU/MI's ), participate in subcontracting will be considered. i. In the event of a tie, the general geographical location of the firm with regard to other firms and the Portland District will be considered. j. In the event of a tie, the volume of DOD work awarded to the firm within the last 12 months will be considered. 6. ADMINISTRATIVE: A-E firms which meet the requirements described in this announcement are invited to submit one original and two copies of Part I and Part II of the SF 330 (6/2004) for the pri me and all consultants, to the below address not later than 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. Ad dress for submission is USACE Portland District, Attn: CENWP-CT-C, 333 SW First Avenue, Portland, OR 97204-3495. This procurement is open to both large and small businesses. The small business size standard for this procurement is a firm with average an nual sales or receipts, including all affiliates, for the preceding three years not in excess of $4.5 million. Technical questions should be directed to Don Chambers (503) 808-4900. Administrative questions should be directed to Kathleen Seitz (503) 808- 4628. This is not a request for proposal. Solicitation packages are not provided. Reference W9127N-08-R-0002. NAICS 541330
 
Place of Performance
Address: Portland District, US Army Corps of Engineers Contracting Division (CENWP-CT_, P.O. Box 2946 Portland OR
Zip Code: 97208-2946
Country: US
 
Record
SN01441821-W 20071028/071026223619 (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.