Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2007 FBO #2215
SOLICITATION NOTICE

C -- The U.S. Army Corps of Engineers, Huntington District announces procurement for IDIQ Contract for Water Resources Engineering for the Great Lakes and Ohio River Division. Point of contact: Rick Horton, 304-399-5623.

Notice Date
12/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Huntington, ATTN: CELRH-CT, 502 8th Street, Huntington, WV 25701-2070
 
ZIP Code
25701-2070
 
Solicitation Number
W91237-08-R-0007
 
Response Due
1/17/2008
 
Archive Date
3/17/2008
 
Point of Contact
Ginny Morgan, 304-399-5963
 
E-Mail Address
Email your questions to US Army Engineer District, Huntington
(ginny.m.morgan@lrh01.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act (PL 92-582) as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. Architect-Engineer Water Resources Engineering Services are required for projects assigned to Districts within the U.S. Army Corps of Engineers, Great Lakes and Ohio River Division geographical boundaries to include Buffalo, Chicago, Detroit, Hunti ngton, Louisville, Nashville and Pittsburgh Districts. The majority of the work under this contract will be done within the boundaries of the Huntington District. If work is required outside the Huntington District, wage rates will be furnished and new l ine items included by modification. One indefinite delivery contract will be negotiated and awarded with a base year and four option years. The amount of the contract will not exceed $5,000,000.00 over the life of the contract. Work will be issued by neg otiated firm-fixed price task orders. The contracts are anticipated to be awarded in June 2008. This announcement is open to all businesses 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 plan is not required with this submittal. Quality Control Plans will also be required at the time of award. The wages and benefits of service employees (see F AR 22.10) performing under the resulting contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined 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 DoD Electronic Commerce Information Center at 1-888-227-2423. 2. PROJECT INFOR MATION: Work under this contract will include but not limited to: hydrologic and hydraulic studies necessary for dam break analysis of Corps flood control dams for both with and without failure scenarios for existing conditions and with various alterna tive solution schemes that may include studies to develop alternative plans for increasing spillway discharge capabilities; risk analyses, assessments, hydrologic and hydraulic studies for local protection projects; flood emergency plans for Corps projects which would include preparation of inundation maps for potential flooded areas under various conditions; development of and implementation of flood evacuation plans and flood warning systems; studies for flood insurance; formulation of lake sedimentation reports, water quality modeling, data collection and data assessment for District lakes and rivers; acid mine drainage (AMD) abatement analysis; performance of navigation studies; the formulation of drought contingency plans; the formulation or revision of Water Control Management Manuals. The work and services may also include general development of reconnaissance reports; feasibility reports; design documentation reports; and final design, layout, preparation of design computations, contract drawings, sp ecifications and estimates. 3. SELECTION CRITERIA: The selection criteria for this particular contract are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A through F are primary. Criter ia G-H are secondary and will only be used as a tie-breaker among firms that are essentially technically equal. A. Specialized Experience and Technical Competence: The firm must demonstrate specialized experience and technical competence in: (1) Success fully managing and performing broadly scoped water resources engineering projects; (2) Utilization of Hydrologic Engineering Center hydrologic and hydraulic com puter models (primarily HEC-HMS, HEC-RAS, RESSIM, HEC-DSS VUEHEC-FFA, HEC-SSP, HEC-IFH, HEC-FDA, and CWMS), Geographic Information System (GIS) hydrologic computer models using ArcINFO / ArcVIEW / ArcGIS along with appropriate extensions, such as GeoHMS, G eoRas, 3D Analyst, and Spatial Analyst and utilizing the Tri-Service Spatial Data Standards; (3) Performing Hydrologic and Hydraulic Studies necessary for dam break analysis utilizing Unsteady HEC-RAS of flood control dams for both with and without fai lure scenarios for existing conditions and with various alternative solution schemes that includes development of alternative structural plans for modifying existing spillways to satisfy current design criteria with respect to discharge capacity and freebo ard; (4) Performing local protection studies using risk analysis and assessments that include the development of hydrologic and hydraulic data necessary to develop the top of protection profile for levee/floodwall projects, design interior drainage systems (behind flood walls) utilizing the current version of XPSWMM and pumping station facilities, erosion control, scour analysis, sediment transport, wetland hydrology and river channel relocation and/or modification schemes to mitigate local flooding problem s, and upstream and downstream effects of the schemes; (5) Preparation of inundation maps for potential flooded areas downstream of District dams, under various emergency conditions, would include use of data from topographic maps and river channel and flo od plain cross-sections and discharge data in appropriate computer models; (6) Preparation of lake sedimentation reports that include lake bottom profile from fathometer charts or GPS data; determination of lake storage volume in one (1) foot vertical incr ements; evaluation of original and resurveyed sediment range profiles from furnished field survey data; computation of volume and distribution; determine rate of sedimentation; and report preparation; (7) Performing water quality modeling and data assessme nts to determine temperature, dissolved oxygen and chemical characteristics of lakes and downstream reaches of rivers below projects using CEQUALW2, BASINS and QUAL2E software. Collect water quality data that include but not limited to benthic and fish su rveys; (8) Preparation of drawings and sketches in a CADD system in accordance to the A/E/C CADD Standards and directly compatible with Microstation CADD. The selection criteria used for Specialized Experience and Technical Competence are listed in descen ding order of importance. On the SF 330, cite whether the experience is that of the prime, joint venture partner or subcontractor. Work cited that is experience of the prime (or joint venture) from an office other than the main office shall also be labele d. B. Professional Qualifications: Qualified professional personnel in the following areas: project management, engineering disciplines such as hydraulic, hydrologic, civil and environmental; aquatic biologists; environmental scientists; Hydrogeologist; GIS Specialists; CADD Specialists; technicians and surveyors. Registration, licensure, or certification as required by law and regulations of the appropriate state (Kentucky, Ohio, Virginia, North Carolina and West Virginia) will be necessary. Submitting firms should demonstrate the education, training, registration, overall and relevant experience, and longevity with the firm of key management and technical personnel. C. Past Performance: Past Performance on DoD contracts and water resources engineerin g (Hydrologic and Hydraulic) contracts with respect to cost control, quality of work and compliance with performance schedules, as determined from PPIRS and other sources. The Past Performance Information Retrieval System (PPIRS) is the primary source of information on past performance. However, any credible, documented evaluations may be considered, but the government is not required to seek other information o n the past performance of a firm if none is available from PPIRS. D. Capacity to perform approximately $1,000,000 in work of the required type in a one-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines. Include an organization chart of the key personnel to be assigned to the project. Firms should demonstrate strong ability to provide comprehensive program and project management for complex work; strong ability to provide comprehensive techn ical support; ability to provide necessary personnel for expedited, complex and unexpected work; ability to initiate, manage and complete multiple concurrent task orders; ability to meet unforeseen schedule changes and maintain delivery of a quality produc t on a timely schedule. E. Knowledge of the Locality: Submitting firms should demonstrate knowledge of the geographical hydrologic and hydraulic features for Kentucky, Ohio, Virginia, North Carolina, and West Virginia. F. Small Business Participation: Extent of participation of small business (SB), small disadvantaged businesses (SDB), woman-owned (WO), HUBZone (HUBZ), service disabled veteran owned (SDVOSB), historically black colleges and universities (HBCU) and minority institutions (MI) will be meas ured as a percentage of the total anticipated contract effort, regardless of whether the SB, SDB, WO, HUBZ, SDVOSB, HBCU or MI is a prime contractor, subcontractor, or joint venture partner. G. Geographic Proximity: Location of the firm in the general geo graphical area of the Huntington District headquarters. H. Equitable Distribution of DoD Contracts: Volume of DOD A-E contract awards in the last 12-months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified f irms, including small business and small disadvantaged businesses. 4. SUBMISSION REQUIREMENTS: Responses shall reference the solicitation number assigned to this procurement on the face of the envelope/package containing the proposal. Interested firms h aving the capability to perform this work must submit two copies of SF 330 Part I and two copies of SF 330 Part II for the prime firm and all consultants to the above address not later than 4:30 PM on January 17, 2008. Include the firms DUNS number in SF 330, Part II, Block 4. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. This is not a request for proposal. The POC for th is procurement is Richard.D.Horton@Lrh01.usace.army.mil.
 
Place of Performance
Address: USACE, Huntington District ATTN: CELRH-CT, 502 8th Street Huntington WV
Zip Code: 25701-2070
Country: US
 
Record
SN01472242-W 20071220/071218224942 (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.