Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2012 FBO #3912
SOURCES SOUGHT

C -- Indefinite Delivery Indefinite Quantity A-E Contract for Hydrologic and Water Management for Civil Works Projects and Military Installations within the geographical boundaries of the South Pacific Division

Notice Date
8/8/2012
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-12-S-0221
 
Response Due
8/22/2012
 
Archive Date
10/21/2012
 
Point of Contact
Stacey Smith Barksdale, (916) 557-7482
 
E-Mail Address
USACE District, Sacramento
(stacey.barksdale@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a SOURCES SOUGHT announcement: a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS, THEREFORE NO SF 330 FORM IS REQUIRED AT THIS TIME. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers - Sacramento District has been tasked to solicit and award an Architect-Engineer (A-E) contract for the full spectrum of hydrologic and water management projects. The proposed acquisition will be a competitive, firm fixed price, indefinite delivery indefinite quantity contract. The type of set-aside decision to be issued will depend upon the responses to this synopsis. The purpose of this synopsis is to gain knowledge of the interest, capabilities and qualifications of various members of industry; and to determine whether a minimum of 3 highly qualified A-E firms, capable of performing all of the stated types of A-E services, exists with the Small Business Community: Only Small Businesses, Section 8(a) Program Participants, Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), or Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) should respond to this announcement. The Government must ensure there is adequate competition among the potential pool of responsible firms. The Government is seeking qualified, experienced sources for professional, A-E Services, procured in accordance with PL 92-582 (Brooks Act) and Federal Acquisition Regulation (FAR) Part 36.6, capable of performing the full spectrum of hydrologic and water management analyses for water resource public works projects and environmental restoration projects. These projects will be situated primarily in Northern and Central California, but may fall within the range of the Sacramento District's Civil Works boundaries (parts of CA, NV, UT, AZ, CO, WY, ID and OR) and Military Projects boundaries (CA, NV, UT, AZ) within the South Pacific Division. The projects may be in the preauthorization phase or authorized by Congress to proceed to construction. Services may also be used to support the Corps of Engineers (COE) during flood emergencies. A specific scope of work and services required will be issued with each task order. The end result of these studies/projects will be various reports, such as Hydrology Office Reports, technical appendices to Planning documents, and Water Control Manuals. Minimum capabilities should include the following key areas: a. Flow-frequency analysis following Water Resources Council Bulletin 17B guidelines, including regional analysis and separation of snowmelt, cloudburst, and general rainstorm floods. Analysis may require evaluation of non-homogeneous flow data. b. Rainfall-runoff modeling to develop hypothetical floods, and reproduce observed events. Analysis may include determining watershed physiography, hydrologic flood routing coefficients, concurrent precipitation and flow, loss rates, impervious areas, snowmelt, precipitation frequency, and the temporal and spatial distributions of rainfall. c. Development of Probable Maximum Precipitation (PMP) and Probable Maximum Floods (PMF) for dam spillway design. d. Development of unregulated flow from gaged flow data, inflow records at existing flood control projects, diversion records, and stream-flow routings. e. Development of regulated frequency curves from regulation criteria, reservoir routings, and gaged flow data. f. Flow-duration analysis and evaluation of environmental flow regimes. g. Interior drainage and local flow analysis. h. Development of evaporation, seasonal precipitation, and seasonal runoff volumes. i. Sediment and debris yield estimates. j. Determining wind-wave setup and run-up for levee and dam design. k. Perform field surveys to validate assumptions and ascertain actual physical characteristics of study area. l. Risk-based analysis of Water Resources Projects to determine reliability and true exceedence. m. Preparation of technical documents formatted to COE standards. n. Development of Water Control Plans and Water Control Diagrams for single reservoirs and systems of reservoirs. o. Development of reservoir sizing for flood control, water supply, and environmental enhancements. The contract period of performance is for 5 years. The total contract capacity will not exceed $7.5M. The estimated minimum size of a task order is $1.00. The estimated maximum size of a task order is $7.5M, with the estimated average size task order being $200,000.00. Firms should have ability to perform up to 5 task orders simultaneously. The North American Industry Classification System code for this procurement is 541330, which has a small business size standard of $14.0M. The Standard Industrial Code is 8711 and the Federal Supply Code is C219. Small Business firms are reminded that under FAR 52.219-14, Limitations on Subcontracting (for service-type procurement), at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Award will be based on selection of the most highly qualified firm(s) in accordance with A-E Brooks Act procedures, in accordance with FAR 36.6. Estimated A-E synopsis issuance date is on or about 05 October 2012. The official synopsis citing the solicitation number, and inviting firms to submit SF-330s, will be issued on Federal Business Opportunities www.fbo.gov. Firm's response to this Synopsis shall be limited to 6 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute A-E services by describing comparable work performed within the past 5 years). Give a brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project; provide at least 3 examples. 4. Firm's Business Size - State whether your firm is SB, 8(a), HUBZone, SDVOSB, and/or EDWOSB. Please include a copy of your SAM registration (formerly CCR) to verify firm's stated business size, which will not count toward the total number of pages. 6. Firm's Joint Ventures (existing), including Mentor Prot g s and teaming arrangement information is acceptable Interested Firms shall respond to this Sources Sought Synopsis no later than 4:00 pm (local time) on 22 August 2012. All interested firms must be registered in SAM (formerly CCR) to be eligible for award of Government contracts. It is the responsibility of each firm to verify receipt of their submittal on/before the closing time/date. Mail, fax or email your response to the US Army Corps of Engineers, Sacramento District, ATTENTION: Stacey Barksdale, 1325 J Street, Room 878, Sacramento, CA 95814-2922, Stacey.Barksdale@usace.army.mil, fax number (916) 557-7854.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-12-S-0221/listing.html)
 
Place of Performance
Address: USACE District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
 
Record
SN02831150-W 20120810/120809000050-b064c19b356db364382dea3599238055 (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.