Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2010 FBO #3196
SOLICITATION NOTICE

C -- FIXED PRICE CONTRACT FOR GAGE AND DISCHARGE SERVICES PRIMARILY WITHIN THE VICKSBURG DISTRICT, BUT MAY BE WITHIN THE MISSISSIPPI VALLEY DIVISION AND OTHER AREAS AS NEEDED TO SUPPORT THE MISSION OF THE US ARMY CORPS OF ENGINEERS.

Notice Date
8/23/2010
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-10-0-0005
 
Response Due
9/28/2010
 
Archive Date
11/27/2010
 
Point of Contact
Jason M. Carlock, 601-631-5793
 
E-Mail Address
USACE District, Vicksburg
(jason.m.carlock@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
1. CONTRACT INFORMATION: POC Mrs. Michelle Moore 601/631 5139. One (1) Fixed Price Contract will be negotiated and awarded, with a base period and one option period. The anticipated contract award date is December 2010. The work will be accomplished primarily within the Vicksburg District, but may be within the Mississippi Valley Division and other areas as needed to support the mission of the US Army Corps of Engineers. This announcement is a SMALL BUSINESS SET-ASIDE. The small business size standard for A-E services is 4.5 million, NAICS code 541330. 2. PROJECT INFORMATION: The work consists of taking a defined number of discharge measurements on a routine basis along the Mississippi, Red, and Ouachita Rivers. The measurements will be taken with the use of an Acoustic Doppler Current Profiler (ADCP) and a single beam depth sounder. The data collected will be imported into personal computer software specifically designed to calculate flow measurements. The software (program code) currently in use in the Vicksburg District will be made available during advertisement. The work will also require collecting daily water stage data at approximately 50 gaging sites throughout the Vicksburg District and reporting information daily and monthly to the Vicksburg District. Additional work will consist of maintenance of permanent reference elevation markers at each gaging site and infrequent collection of sediment samples at specific discharge ranges. Extreme flow conditions may require a combination of the ADCP, a single beam depth sounder, and differential GPS. The contractor may be required to take special purpose flow pattern and discharge measurements at lock and dam locations. The contractor may be required to verify his system by comparison with conventional discharge methods. All measurements will be in English units. 3. PRE-SELECTION CRITERIA: Pre-selection will be based on the following considerations, which are of equal importance. The firm (either in house or through association of a qualified consultant) must demonstrate: (a) experience in the use of ADCP systems on rivers such as the Mississippi, Red, and Ouachita Rivers which have high sediment loads, extreme currents, and variations in depths from 10 to 120 feet; (b) the ability to use the ADCP in conjunction with a single beam depth sounder and differential GPS, to produce a single product discharge measurement; (c) experience in discharge measurements by conventional methods; (d) a management plan for collecting, reporting and storing river stage data; and (e) a registered land surveyor in either Arkansas, Mississippi or Louisiana. Deliverables shall be provided in the following format (hard copy, electronic transmission and/or on media approved by the Contracting Officer (CO). Each discharge reading will list the corresponding date, mean gage reading (feet), maximum depth (feet), width (feet), cross-sectional area (square feet), mean velocity (feet/sec), maximum velocity (feet/sec), overbank discharge (cubic feet), total discharge (cubic feet) and water temperature (degree Fahrenheit). 4. SELECTION CRITERIA: The selection criteria are listed in descending order of importance (first by major criterion and then by each sub criterion). Criteria A thru F are primary. Criteria G thru I are secondary and will only be used as a tie-breaker, if necessary, in ranking the most highly qualified firms. (A) Specialized experience and technical competence of the firm and consultants in the work described above in pre-selection items a, b, and c. (B) Knowledge of the navigable waters in the Vicksburg District. (C) Professional qualifications: The firm must indicate professional registration and work experience of key personnel. The firm should emphasize professional registrations, certifications and specific work experience of key personnel. (D) Capacity: The firm should indicate the ability to perform on time regardless of unexpected equipment breakdowns, and/or personnel problems. (E) Past Performance: Consideration will be given to ratings on previous DoD contracts for engineering services. (F) Knowledge of the locality. (G) Geographic proximity to Vicksburg, Mississippi. (H) Department of Defense contract awards in the past 12 months, the greater the awards the lesser the consideration. (I) Extent of participation of SB, SDB, Historically Black Colleges and Universities (HBCU), and Minority Institutions (MI) in the contract team. Participation will be measured as a percentage of the total anticipated contract effort, regardless of whether the SB, SDB, HBCU, or MI is a prime contractor, subcontractor, or joint venture partner, the greater the participation, the greater the consideration. In the final selection process, the most highly qualified firms will be interviewed and will have to demonstrate the ability to perform to the satisfaction of the Vicksburg District. 5. SUBMISSION REQUIREMENTS: : Interested firms must send one combined copy of SF 330 for the prime and consultants and Part II of the SF 330 for the prime and each consultant to: U.S. Army Engineer District, Vicksburg, ATTN: Technical Services (CEMVK EC TE), 4155 E. Clay St. Vicksburg, Mississippi 39183 3435. Note the following restrictions on submittal of SF330; Block E Resumes of key persons, specialist and individual consultants anticipated for this project will be limited to a maximum of 20 pages. Block HAdditional information will be limited to a maximum of 20 pages. Pages in excess of the maximum of 20 will be discarded and not used in evaluation. All telephone calls should be directed to Mrs. Michelle Moore, (601) 631-5139. APPOINTMENTS WILL NOT BE SCHEDULED TO DISCUSS THIS ANNOUNCEMENT. This is not an RFP. A fee proposal will be requested at a later date. Include DUNS number in SF 330. ****NOTE: Contractors must be registered in the Central Contractor Registration (CCR) database, for information see http: www.crc.ctc.com.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-10-0-0005/listing.html)
 
Place of Performance
Address: USACE District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
 
Record
SN02251747-W 20100825/100823235722-1b44ec74bb8884373d73ea300c995b29 (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.