Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2010 FBO #3178
SOLICITATION NOTICE

C -- C-- The work will consist of performing comprehensive Architectural and Engineeer (AE) Survey, Design, Engineering, and Ecosytstmen Restoration services in support of the Civil Works Program.

Notice Date
8/5/2010
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-10-R-0054
 
Response Due
8/20/2010
 
Archive Date
10/19/2010
 
Point of Contact
Sarah Baker, 410-962-4880
 
E-Mail Address
USACE District, Baltimore
(sarah.e.baker@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. The proposed procurement is Unrestricted. NAICS Code: 541330, Size Standard is $4.5 M. The type of contract is Firm Fixed Price. Total contract term is five (5) year ordering period, and the total Contract value Will Not Exceed $10K. The contract minimum guaranteed amount is the amount for the first task order. The Indefinite Delivery Contract will be awarded in support of the Baltimore District Corps of Engineers and can be used through the North Atlantic Division. 2. CONTRACT INFORMATION: The contract is being procured in accordance with the Brooks Architect-Engineer (AE) Act as implemented by FAR Subpart 36.6. The contract will be negotiated and awarded for a five (5) year ordering period, and total contract value not to exceed $9.5M. Firm will be selected based on demonstrated competence and qualifications for required work. Work will be at least equal to those determined by the Department of Labor under the Service Contract Act. The firm must be capable of responding to and working on multiple large task orders concurrently. Task orders will be awarded as Firm Fixed Price and based on the A-Es current workload and its ability to accomplish the order in the required time, geographic location, type of services required and quality of deliverables under current IDC. All work will be related to the USACE Baltimore District, and can be used throughout the North Atlantic Division. 3. PROJECT INFORMATION: The work will consist of performing comprehensive Architectural and Engineer (AE), Survey, Design, Engineering, Investigative and Ecosystem Restoration services in support of the Civil Works Program. Architectural and Engineering services may include, but not be limited to Structural, Geotechnical, Mechanical, Electrical, Hydraulic, Hydrological, Environmental and Civil/Site Development for levees, dams and other flood damage reduction, navigation, coastal (including such items as beach erosion, hurricane damage reduction, shore protection, water quality, coastal inlets, tidal hydraulics, and wetlands), and ecosystem restoration projects. These engineering services will include all aspects of design, analysis, research, preparation and finalization of engineering reports and designs, contract drawings and specifications, rehabilitation of infrastructure and include dam safety, levee safety and certification using the latest criteria from USACE, FEMA and other federal and state agencies as required. Services will include obtaining all local, state and federal permits and approvals for planning, construction or development, all site and environmental permits and approvals from agencies such as the National Capital Planning Commission and the Commission of Fine Arts, etc& The range of Survey services may include topographic, hydrologic, aerial and remote sensing (including photographic and LIDAR), geodetic, and cadastral surveys, as well as the capture of both hypsographic and cultural features from enhanced and non-enhanced photography, satellite imagery, or other remotely sensed data, utility investigation, monumentation, development of GIS data and data bases, preparation of survey plats and legal descriptions including the associated research effort, preparation of drawings and computation of volume quantities for various project areas within the North Atlantic Division boundaries. Map products may include, but not be limited to tract, topographic, land use, and thematic maps. Ecosystems Restoration services may include design and modeling associated with stream, wetland and other ecosystem restoration projects, to include the ability to apply hydrology/hydraulics, and sediment transport with stream morphology knowledge, and the ability to apply knowledge of coastal and estuarine processes to the design of functional tidal wetland and other coastal/estuarine ecosystem projects. Services may also include Rosgen stream inventory and assessment methodology (Level 1-IV). Cost estimating services shall include the initial programming phases through actual construction phase, and address complex variables including local trades, local labor rates, productivity of local labor pool, access to construction sites, and local availability of manpower and materials and shall not rely solely on historical data or rules of thumb. All provided services will be in accordance with appropriate Army and Engineering regulations and guidance documents. 4. SELECTION CRITERIA: The selection criteria listed below are in descending order of importance. A. The firm will demonstrate specialized experience and technical competence in: (a) The design of environmental and other civil projects to include, but not be limited to, earthen structures, combined storm and sanitary sewer systems, dry and wet weather flow analysis, coastal stabilization designs, tidal, non tidal ecosystem and stream restoration designs; AMD assessment and designs; (b) Topographic, hydrographic, and aerial surveying of floodplains, wetlands, streams, rivers, tidal estuaries, coastal bays and beaches; (c) Surveying and mapping to support flooding shoreline and stream bank protection, as well as environmental restoration projects. (d) The following specific areas of coastal/estuarine engineering: (1) proficiency in numerical modeling of coastal processes relative to wind, wave, current, and storm surge studies; shoreline change and storm erosion using GENESIS, 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) estimation 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 plans 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, and sediment transport; (11) ability to perform beach profile surveys using a sea sled or comparable system 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 underwater structural conditions and damage; (14) an understanding of the engineering procedures for wetland creation and restoration projects; and (15) geotechnical data collection and analysis, including coring and sub-bottom profiling of coastal sediments. (e) Specialized experience in inspections related to bridges, dams, locks, levees, infrastructure and large hydraulic assets. B. The selected firm shall have professional qualifications and registrations necessary for satisfactory performance of required services listed in the project information section. These qualification and registrations include professional land surveyors with current registrations in MD, NY, PA, VA, and WVA, as well as a minimum of one Professional Geologist and one licensed Professional Engineer in the following disciplines: Civil Engineering, Structural Engineering, Sanitary/Environmental Engineering, Hydraulic Engineering, Hydrologic Engineering, Geotechnical Engineering, Landscape Architecture and Coast Engineering; Cost Engineer shall clearly demonstrate a minimum of five years experience as a Cost Engineer to include a minimum of 1 year experience at the current firm. The resume for cost Engineer shall identify the Cost Engineers specific experience in the use of MII Estimating Software (M-CACES second generation), clearly listing the size and type of projects in which MII estimating software was utilized. The selection firm shall also have key personnel fully trained in Rosgen stream inventory and assessment methodology (Level 1-IV), and have a minimum of one: Biologist, Ecologist, ACSM Certified Hydrographer, Remote Sensing/GIS Specialist, Database Specialist/ Data Programmer and two licensed Land Surveyors. C. Capacity of the firm to accomplish multiple task orders within time and cost limitations; D. Past experience of firms staff with: (1) Relevant survey projects within the Chesapeake Bay region and the DELMARVA coast of the Atlantic Ocean; (2) Department of Defense Contracts. E. Work and Design Quality Management Plan: A proposed management plan shall be presented which shall include an organization chart and briefly address management approach, team organization, professional registration, quality control procedures, cost control, coordination of in-house disciplines and consultants, and prior experience of the prime firm and any of their significant consultants on similar projects. The SF 330 shall clearly indicate the primary office where the work will be performed and the staffing at this office. F. Secondary considerations: (1) Provided that a sufficient number of qualified firms respond to this announcement; (a) Geographic proximity to, and knowledge of, Baltimore, Maryland of the firm itself, its chief surveyor and chief CADD technician/processor. (b) Number of survey crews that operate within and report to an office within the Baltimore District Boundary. 5. SUBMISSION REQUIREMENTS: Interested firms having capabilities to perform this work must submit Parts I and II of the SF 330 for the prime and joint venture(s). Part II of the SF 330 must be submitted for each consultant to the address below, no later than the 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 the next business day. On SF 330, Part I, Block 5, include DUNS number for the prime firm. On the SF 330, Part I, Block F, provide the title and contract award dates for all projects listed in that section. Submit responses to U.S. Army Corps of Engineers, City Crescent Building, ATTN: Sarah E. Baker, Room 7000, 10 South Howard Street, Baltimore, MD 21201. Technical questions should be directed to Mr. Sean Dawson at 410-962-6156 or Sean.Dawson@usace.army.mil. Contracting questions can be directed to Ms. Sarah E. Baker at sarah.e.baker@usace.army.mil. These forms shall be submitted to the above address not later than 2:00 P.M. on 16 July 2010. Four copies of the SF 330 submission are required. Part I of the SF 330 shall have a page limit of 125 pages. A page is one side of a sheet. Font size shall not be less than 11 fonts. Effective immediately, the use of DUNS+4 numbers to identify vendors is limited to identifying different CCR records for the same vendor at the same physical location. For example, a vendor could have two records for themselves at the same physical location to identify two separate bank accounts. If you do not have a DUNS number, or want to register subsidiaries and other entities, call Dun and Bradstreet at 1-866-705-5711. Solicitation packages are not provided. This is NOT a request for proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-10-R-0054/listing.html)
 
Place of Performance
Address: USACE District, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
 
Record
SN02230227-W 20100807/100805235420-27efa4c48a8e87e16999f9432562ae16 (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.