Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2012 FBO #3710
SOURCES SOUGHT

C -- Indefinite Delivery Type Professional Services Contract for Integrated Professional Planning and Feasibility Design for Water Resource Projects

Notice Date
1/19/2012
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
USACE District, Portland, Contracting Division (CECT-NWP), P.O. Box 2946, Portland, OR 97208-2946
 
ZIP Code
97208-2946
 
Solicitation Number
W9127N-12-R-0012
 
Response Due
3/5/2012
 
Archive Date
5/4/2012
 
Point of Contact
David Boone, (503) 808-4614
 
E-Mail Address
USACE District, Portland
(david.c.boone@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice Title: Indefinite Delivery Type Professional Services Contract for Integrated Professional Planning and Feasibility Design for Water Resource Projects 1. General. This is a Small Business Sources Sought (SBSS) Notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of qualified small businesses under the size classification relative to the North American Industry Classification (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This Small Business Sources Sought notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government. The NAICS code for the project is 541690. The small business size standard is $7.0 million. 2. Contract Information. The U.S. Army Corps of Engineers (USACE), Portland District, proposes to contract for integrated professional planning and architect-engineer services encompassing all interdisciplinary services required for planning and concept and feasibility design phases of specific water resource projects. This Indefinite Delivery Indefinite Quantity contract is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. This solicitation will facilitate award of a contract with a maximum capability of $10 million. The contract will have a base period of one year and four option periods of one year each. Option periods may be exercised at the discretion of the Government before expiration of the previous periods. The maximum for each task order will not exceed the annual contract amount. The anticipated contract award is April 2012. 3. Typical Services. This contract will provide integrated planning and engineering services required in support of Civil Works water resources studies and projects. Services are anticipated to accomplish the breadth of Planning Studies included, but not limited to, studies for the Planning Authorities for Ecosystem Restoration, Flood Risk Management, Water Supply, Navigation, and other authorities of the USACE. These include, but are not limited to, General Investigation Authorities, the Continuing Authorities Program, Planning Assistance to States, Planning Assistance to Tribes, Reallocation Studies, Major Rehabilitation Studies, Major Maintenance Reports, Biological Assessments, Environmental Impact Statements, and other NEPA requirements. Services to be performed under this contract will consist of, but is not limited to, the following: a. Preparation of planning studies and reports for USACE water resources projects involved with ecosystem restoration, flood damage reduction (structural and non-structural solutions), navigation, shoreline protection, and watershed planning in accordance with ER 1105-2-100 and other pertinent guidance, laws and regulations applicable to USACE 6 Step Planning Process and ER EC 1165-2-209 review requirements. Planning studies and reports include the following efforts and activities: (1) Identifying problems, opportunities, constraints and objectives; (2) Inventorying, forecasting, and analyzing future without- and with-project conditions; (3) Formulating measures and alternative plans; (4) Establishing qualitative and quantitative project outputs (monetary and non-monetary benefits) and cost estimates to implement alternative plans; (5) Evaluating and comparing alternative plans; (6) Recommending plans for implementation; (7) Preparing draft and final reports and related engineering and technical appendices. b. Conducting ecosystem restoration analysis including benefit cost analyses, cost effectiveness and incremental cost analyses using habitat evaluation procedure (HEP), Institute for Water Resources (IWR) Plan program and/or other USACE accepted analysis tools. c. Preparing draft and final environmental documents in compliance with federal and state agency policies and regulations where studies and projects are located. This includes preparation of NEPA and ESA compliance documents including Environmental Impact Statements, Environmental Assessments, and endangered species assessment/evaluations, Department of State Lands permits, Biological Assessments, Section 404 and 401 permit documents, and Coastal Zone Management Act certification. d. Conduct socioeconomic and natural resource economic analyses including Hydrologic Engineering Center Flood Damage Analysis (HEC-FDA) Model, Flood Impact Assessment (FIA) and/or other professional accepted computational economic analysis tools. Socioeconomic analyses shall include assessments of economic impacts, projection of socioeconomic needs, economic and social risk-based analyses, and regional economic evaluations. e. Performing hydrologic and hydraulic analyses to include: (1) hydrologic analyses and design activities including rainfall runoff analysis using programs developed by the HEC and other industry standard software; (2) hydraulic analyses and design activities in tidal and non-tidal environments, including steady and unsteady state analysis, using HEC and other industry standard software; and (3) evaluation of sediment transport impacts on project features. f. Conduct threatened and endangered species surveys and habitat restoration analyses, fish and wildlife habitat, water and air quality, and terrestrial ecology surveys, studies and analysis, and wetland delineation. g. Perform geological, geomorphologic, and geotechnical analyses. h. Employment of geographic information systems (GIS) using ESRI or other industry standard GIS software to store, access, and display and evaluate data information. i. Preparation of cost estimate from design start through project completion by a certified cost engineer using the latest approved MCACES software and industry accepted scheduling software. Receiving and adhering to Government approval of the Civil Works Breakdown Structure in the early state of estimate development; and maintaining and conducting an internal quality control/quality assurance program addressing cost, schedule, and cost schedule risk analysis as contractually applicable. A sample cost estimate prepared by the proposed cost estimator shall be submitted for evaluation. The sample estimate provided should include crew designations; output; backup for crews, labor and equipment; materials and subcontractor quotes; and details on mobilization/demobilization and job office overhead. A matrix of bid opening results versus owner estimates (prepared by the proposed cost estimator) shall be submitted for evaluation. j. Coordinating and leading an interdisciplinary team, developing public and stakeholder involvement consensus building activities; interagency scoping, mediation, and facilitation services. k. Risk management analysis including application of risk and uncertainty methods and statistical analysis for evaluating feasibility, reliability, and performance of projects. l. Design structural measures (e.g., levees, channel modifications, detention basins, pump stations, etc.). m. Evaluate hazardous, toxic and radiological waste (HTRW) site clearance Phase I analyses for civil works projects. n. Performing cultural resources and archaeological surveys and evaluation reports 4. Capability Statement/Information Sought. Small businesses that believe they have the ability to provide the above stated services through demonstrated specialized experience occurring within the last five years, and who meet the stated size standards, are encouraged to submit a capability statement. The capability statements should consist of the following: a. Staff availability, experience and training; b. Prior completed projects of a similar nature; c. Corporate experience and management capabilities; d. Examples of prior completed Federal, State or Local municipal contracts, dollar value of the contracts, references, and other related information. On the first page of the capability statement, clearly state the small business concern's size status and type(s), name, address, point of contact, and DUNS number. The remainder of the capability statement should be tailored to the project requirements stated above and must demonstrate that similar work has been performed by proposed team, utilizing current staff, including dollar value of that work. 5. Information Submission Instructions. All capability statements sent in response to this Small Business Sources Sought notice must be submitted electronically (via email) to David Boone, Contract Specialist, at david.c.boone@usace.army.mil in either Microsoft Word or Adobe Portable Document Format by 4:00 pm Pacific time Monday, 5 March 2012. All responses must be received by the specified due date and time to be considered. ANY RESPONSES RECEIVED AFTER THAT DATE AND TIME WILL NOT BE CONSIDERED. 6. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses a solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N-12-R-0012/listing.html)
 
Place of Performance
Address: USACE District, Portland Contracting Division (CECT-NWP), P.O. Box 2946 Portland OR
Zip Code: 97208-2946
 
Record
SN02657358-W 20120121/120119234540-ca795eb7ad47eb75ee952a2884ee51e7 (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.