Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 15, 2025 SAM #8602
SPECIAL NOTICE

C -- INDEFINITE DELIVERY CONTRACT (IDC) FOR ARCHITECT-ENGINEER (AE) SERVICES FOR OMAHA DISTRICT, US ARMY CORPS OF ENGINEERS

Notice Date
6/13/2025 12:03:04 PM
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F25RA067
 
Response Due
6/27/2025 11:00:00 AM
 
Archive Date
07/12/2025
 
Point of Contact
Karen Caskey
 
E-Mail Address
Karen.l.caskey@usace.army.mil
(Karen.l.caskey@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
**Updated Questions and Answers document has replaced the previous Q&A document in the attachments section below.** **Questions and Answers document has been added to the attachments section below.** ANNOUNCEMENT W9128F25RA067 FOR INDEFINITE DELIVERY CONTRACT (IDC) FOR ARCHITECT-ENGINEER (AE) SERVICES FOR OMAHA DISTRICT, US ARMY CORPS OF ENGINEERS 1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The services will consist of preparation of studies, analysis, and design services for Military and Civil works projects for the Omaha District (NWO) within the Northwestern Division (NWD), U.S. Army Corps of Engineers (USACE). One (1) Indefinite Delivery/Indefinite Quantity (ID/IQ) will be negotiated and awarded, with a base ordering period of five (5) years and $7M in capacity. Work will be issued by negotiated firm-fixed-price task orders. Task orders will be issued from time to time as the need arises during the contract period. The amount of the task orders will not exceed the total contract amount. When two (2) or more indefinite delivery contracts (IDCs) are available to the procuring agency and contain the same or overlapping scopes of work so that a particular task order might be issued under more than one IDC, the contracting officer will consider the following factors in deciding which contractor will be selected to negotiate a task order: performance and quality of deliverables under the current contract, current capacity to accomplish the order in the required time, uniquely specialized experience, and equitable distribution of work among the contractors. The North American Industrial Classification System code is 541330, which has a size standard of $25,500,000 in annual average gross receipts over the past three (3) years. Competition for this procurement is restricted to small business concerns. This solicitation is a Small Business set-aside only, any submittals received from a large business will not be evaluated. The selected and successful firm will be required to comply with the subcontracting limitations as set forth by the FAR Clause 52.219-14 LIMITATIONS ON SUBCONTRACTING, wherein stated in pertinent part, ""Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern."" Contract award is anticipated between February 2026 and April 2026. To be eligible for contract award, the Contractor must be registered in the System for Award Management (SAM). Registration is free and can be accessed at: http://www.sam.gov. 2. PROJECT INFORMATION: All projects will be located within the USACE, Northwest Division, with majority of the projects located within the boundaries of the Omaha District. Each task order to be issued will fully describe the project to be designed or the studies to be accomplished and will identify all work to be accomplished. TYPES OF SERVICES Types of services will include a broad range of USACE products prepared for water resource project design and analysis. Services will require the use of industry standard and specialized computer programs, design and analysis for USACE planning and operation projects, report writing, site visits, project reconnaissance, and data collection including hydrographic and land surveys, water quality, and sediment sampling. Types of engineering services are further defined as: a. Hydrologic computations for planning and design of flood control and channel restoration projects to include risk assessment, alternative evaluation, channel improvements, geomorphic analysis, detention ponds, levees, floodwalls, and nonstructural measures or combination of the same. Prepare conceptual construction quantity estimates for comparison purposes and budgeting and programming requirements. b. Hydrologic design and analysis of watersheds for both rainfall and snowmelt using computer software programs including HEC-HMS and similar for short-term and long-term simulation; flood risk reduction projects; real-time flood forecasting; dam safety including inflow design flood and stage frequency of extreme events; wetland mitigation basins; design and analysis of interior drainage facilities for flood protection projects including coincident probability assessment; flood warning systems. c. River modeling / floodplain analysis of existing baseline conditions and design alternatives with applicable models for one-dimensional (HEC-2, HEC-RAS v.6.x, or similar) and two-dimensional (HEC-RAS v.6.x and 2025, RMA-2, ADH, or similar) evaluations with steady/unsteady flow and sediment transport. d. Floodplain analysis using applicable computer software programs, including floodway computations, floodplain delineation of water surface profiles, CLOMR/LOMR development and processing, digital mapping, and similar products according to Federal Emergency Management Agency (FEMA) criteria in support of the National Flood Insurance Program (NFIP). e. Reservoir area-capacity analysis, reservoir aggradation/degradation assessments, deposition patterns, future sedimentation rate estimates. Sediment yield analysis and detention \ reservoir sizing. f. Hydrographic and land surveys using Global Positioning System (GPS) or other electronic positioning systems (both multi-beam and single beam, and side scan sonar). Sediment and water quality sampling. g. River sediment transport analysis and alluvial geomorphology evaluations including sediment transport modeling, stream bank and streambed erosion assessments, river stage trend analysis, specific gage analysis, and aerial photo analysis. h. Design of hydraulic structures and project features including stilling basins, spillways, chutes, outlet works, culverts, drop structures, energy dissipation structures for same, and riprap design for energy dissipation and bank protection. i. Statistical analysis of stream flow records to develop discharge-frequency relationships, flow duration characteristics and volume-probability relationships for various hydrologic conditions including regulated-unregulated conditions and mixed population analysis Monte Carlo simulation. j. Reservoir analysis and operation using programs including HEC-RESSIM. k. Groundwater assessments and trend analysis. l. Wind and wave analysis. m. Preparation of reservoir operation manuals and water resources studies. This will include alternative development and analysis, and development of decision support documents. n. Preparation of dam failure contingency plans and flood inundation mapping. o. Statistical analysis of meteorological data including precipitation frequency and determination of probable maximum precipitation. p. Surface water supply and reservoir reallocation analysis. q. Qualitative and quantitative hydraulic uncertainties. r. Lake/stream water quality modeling using approved computer software programs. s. Risk and uncertainty analysis of water resource projects using methods such as HEC-FDA. t. Related computer services, programming and data preparation. Professional qualifications and specialized experience shall be required for the following team members to successfully support the services listed above: Hydraulic Engineering Project Management Hydrology Water Resources Sedimentation Water Quality Hydrographic Surveying General Civil Engineering GIS CADD 3. SELECTION CRITERIA: The selection criteria for this particular project are listed below in descending order of importance. Criteria �a� through �e� are primary. Criteria �f� through �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. b. Professional Qualifications c. Past Performance d. Capacity e. Knowledge of Locality f. SB/SDB Participation g. Geographic Proximity h. Volume of DoD Contract Awards PRIMARY SELECTION CRITERIA a. Specialized experience and technical competence The specialized experience and technical competence of the firm and consultants in the work categories listed above in Section 2. Submittals shall demonstrate the specialized experience and technical competence, and if any experts were utilized to execute the projects listed above in Section 2. Only relatable experience on completed projects from the last five (5) years should be included in the submittal. The firm shall include no more than 10 previous projects in this submittal and be no more than two (2) pages per project. All projects cited shall identify start/complete dates as well as the project size (scope and scope) (SF 330, Part I, Section F). Firms should provide examples of successfully completed work that encompass the list below (we are looking for strong examples of the following work that help illustrate the level of complexity your firm(s) are capable of accomplishing): i. Experience in Hydrologic Engineering and Related Water Resource Services Demonstrate experience and past performance for hydrologic analysis of typical USACE engineering analysis, design, and planning projects conducted in water resources; flood damage reduction; hydraulic structures; hydrology; floodplain analysis and delineation; sediment processes. More favorable scoring given for use of in-house staff, longer experience levels, and higher total task order value. ii. Engineering Software and Hardware Demonstrate a high level of competency using hydrologic engineering analysis software and associated hardware with typical USACE project analysis software that includes the use of the HEC suite of programs including; steady\unsteady, multi-dimension computer models and sediment transport: typical USACE project analysis software includes: HEC-RAS, HEC-HMS, HEC-FDA, HEC-WAT, SAM, DSSVue, HEC-SSP, SWAT, CEQUAL-W2, SMS with ADH and similar; GIS programs including MicroStation, Inroads, AutoCAD, and ArcGIS; legacy water resources programs HEC-1, HEC-2, HEC-6, HEC-5, DAMBRK, UNET. Hardware: demonstrate sufficient computer hardware capability for program use (both speed and memory). More favorable scoring given for demonstration of a broad range of software competency, use of in-house staff, longer experience levels, possession of equipment, and higher total task order value. iii. Hydrographic Surveying Demonstrate either in-house or subcontractor capability to conduct surveys on both lakes and rivers. Preference will be given to owning plant over renting plant. Project experience in excess of five (5) years performing: 1) multi-beam and single beam hydrographic surveys; 2) Acoustic Doppler Current Profiler (ADCP); 3) land-based surveying using GPS equipment, or remote sensing (e.g. fixed wing based LiDAR) for waters edge, banks, structures, etc. 4) all appropriate software, positioning equipment, and etc. Demonstrate possession of watercraft capable of safely operating in waves up to 3-feet and/or in riverine environments. More favorable scoring given for a broad range of competency, use of in-house staff, longer experience levels, possession of equipment, and higher total task order value. iv. Water Quality Sampling Demonstrate experience through in-house or subcontractor staff possession and use of sampling equipment: 1) electronic logging of measurements at depths up to 100 meters for water temperature, dissolved oxygen, pH, conductivity, turbidity, oxidation-reduction potential (ORP) and chlorophyll a; 2) collection of representative water quality samples from discrete depths up to 100 meters; 3) determination of Secchi depth; 4) collection of representative phytoplankton, zooplankton, and benthic invertebrate samples; 5) collection of sediment samples to a depth of 10- feet for physicochemical analysis. Demonstrate possession of watercraft capable of safely operating in waves up to 3-feet and/or in riverine environments. Demonstrate use of a Quality Management Plan and Standard Operating Procedures for all water-quality sampling operations that meets U.S. Environmental Protection Agency �QA/QC� requirements for the collection of water quality samples for environmental assessment. More favorable scoring given for a broad range of competency, use of in-house staff, longer experience levels, possession of equipment, and higher total task order value. b. Professional qualifications The professional qualifications of the proposed team members (including subcontractors) shall provide specialized experience in relevant water resource development planning services. Key services that may be required to be performed by professionals holding current appropriate licensure or certification are: civil, structural, hydrologic, hydraulic, electrical, mechanical, environmental, and geotechnical engineers. Preference will be given to firms that submit resumes demonstrating highly qualified personnel for the discipline related to the requirements of this solicitation and listed above in Section 2. Evaluation of these disciplines will consider education, training, relevant experience in water resource planning services similar to those listed in the work categories above, and longevity with the firm. Resumes should not exceed one page in length. (SF 330, Part I, Sections E, F, and G). This selection criterion is primarily concerned with the qualifications of the key project managers and senior technical experts (not organization management) and not the number of personnel, which is addressed under the capacity criterion. This criterion is also specifically concerned with staff that the firm expects to perform work awarded under this contract. Provide the organization chart/table, (both Prime and Subcontractor firms), summary of duties for minimum project personnel, and resumes for the following labor categories: minimum of two (2) Project Managers, both registered as a Professional Engineer or Architect Senior Engineer(s) in each of the following fields with professional registration: minimum of three (3) Hydrology minimum of three (3) Flood Plain Hydraulics minimum of one (1) Design of Hydraulic Structures minimum of one (1) Sediment Transport minimum of one (1) Hydrologic Data Collector minimum of one (1) Water Quality Expert minimum of one (1) Staff engineer *Note: Resumes are not required for additional personnel indicated in organization chart.* Preference given for 1) experience on USACE water resource projects; 2) years of experience; 3) experience on large river systems; and 4) non-duplicate use of personnel for resumes for the labor categories listed above. c. Past performance Contractors� past performance shall demonstrate that Projects were completed on time, within budget, and considered outstanding/exceptional by the customer. More favorable scoring given for use of in- house staff, longer experience levels, possession of equipment, and higher total order value on DoD and other relevant contracts as determined by Contractor Performance Assessment Reporting System (CPARS) and other sources. This criterion will focus on evaluation of overall ratings. Note: Past Performance Questionnaires (PPQ) may also be submitted to provide or supplement a firm's past performance with DoD or other than U.S. Governmental clients. Past Performance submittals should match projects submitted for Paragraph a. Specialized Experience and Technical Competence. d. Capacity to accomplish work. Capacity is the ability to complete task orders within a reasonable (potentially aggressive) schedule and the availability of an adequate number of personnel in the key disciplines to meet required schedules of multiple, simultaneous task orders. Firms shall demonstrate the capacity to accomplish at least four (4) $200,000 simultaneous individual task orders, or two (2) $500,000 simultaneous task orders. The evaluation will consider the experience of the firm and any subcontractors in similarly sized projects, and adequate number of personnel in key disciplines identified above in section b. A management plan shall be presented that includes an organization chart and addresses team organization, any anticipated sub-contractors or entities to supplement the team, quality control procedures, explanation of the ability to complete multiple simultaneous task orders and/ or task orders within a reasonably aggressive schedule, cost control, coordination of in-house disciplines and consultants. The management plan shall clearly showcase how at a minimum 50% of the workload will be accomplished by the Prime Contractor and Small Business Firms in accordance with FAR 52.219-6, Notice of Total Small Business Set-Aside. The SF 330 shall clearly indicate the primary office where the work will be performed and the staffing at this office. The management plan shall be organized into the following sections: (a) Quality Control Procedures, (b) Subcontractor Management Plan, (c) Schedule Development and Maintenance (including completion of multiple simulations task orders), (d) Change Management Plan (address risks to schedule, budget, staff turnover, etc.), (e) Communication Plan (internal communication and communication with the USACE), and (f) Current Active Contracts. The evaluation will consider the key persons identified in Sections D, E, and G of the SF330, as well as other available staff and information provided in Section H and Part II (SF 330, Part I, Section H). Knowledge of Locality. Submittals shall demonstrate knowledge of performing the type of projects and activities as described in the PROJECT INFORMATION section listed above for the Northwestern Division of the USACE with particular emphasis on the Omaha District�s Missouri River watershed and its tributaries. More favorable scoring given for higher task order value on USACE projects completed with in-house staff within Omaha District. SECONDARY SELECTION CRITERIA a. SB & SDB Participation � Small Businesses will be evaluated on the extent of participation of small business community (SBC) members in the performance of the acquisition. Offerors shall propose their best efforts when projecting the level of participation of Small Businesses. b. Geographic Proximity Submittal shall address offeror�s geographic locations and their capability to address project work through the Northwestern Division of the USACE with particular emphasis on the Omaha District�s Missouri River watershed and its tributaries. c. Volume of DOD A-E contract awards. The 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 firms, including SB and SDB. When IDCs are involved, this selection criterion will consider the total value of task orders actually issued by agencies in the last 12 months, not the potential value of the contracts nor will it consider options that have not yet been exercised on any type of contract. (SF 330, Part I, Section H, Item 4) 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit one (1) electronic copy of SF 330 Part I, and (1) copy of SF 330 Part II for the prime firm and all consultants/subcontractors. The SF 330 and all supporting documentation shall be submitted electronically in a single searchable PDF file. The submittal shall have a page limit of 75 pages and SF 330 Part II and Past Performance submittals do not count towards the 75 page limit. A page is one (1) side of a sheet. Blank sheets/Tabs separating the sections within the SF 330 will not count against the maximum page count. All fonts shall be at least 10 font or larger. Pages shall be 8-1/2 inches by 11 inches. Organizational charts may be presented on a sheet up to 11 inches by 17 inches. Cover letters, company literature, other extraneous materials are not desired and content beyond 75 pages will not be considered during the evaluation. Part I of the SF330, interested firms must include UEI number and CAGE code in SF 330 Part I, Section B, Block 5. Additionally, the UEI number and CAGE code should be identified in SF 330 Part I, Section C, Block 9, for EACH TEAM MEMBER. Sections E and G of SF 330 Part I must include only individuals anticipated to perform the work, including all consultants/subcontractors. In SF 330 Part I, Section G, Block 26, along with the name, include the firm with which the person is associated. A maximum of 10 projects including the prime and consultants/subcontractors will be reviewed for SF 330 Part I, Section F. Use no more than two (2) pages per project and no more than one (1) page per resume. When listing projects in SF 330 Part 1, a task order executed under an IDIQ contract is considered a project; an overall IDIQ with multiple task orders is not considered a project. A Part II of the SF 330 is required for each branch office of the prime firm and any consultants/subcontractors that will have a key role in the proposed contract (i.e. a Part II is required for all entities identified in SF 330 Part I, Section C of the submittal). Joint Ventures (JV) shall submit the following additional documentation of the evidence of a joint venture entity: 1) Firms shall provide a copy of a legally binding joint venture agreement, and 2) Identification of the party who can legally bind the joint venture. Facsimile and email submissions will not be accepted. Send electronic submission to: Karen L. Caskey, Contract Specialist karen.l.caskey@usace.army.mil. Submissions should be clearly labeled with Solicitation Number W9128F25RA067, Hydrologic Engineering Services A-E IDIQ and are due no later than 2:00pm Central Time, 27 June 2025. Regulation requires that the Selection Board not consider any submittals received after the specified time and date. Late proposal rules in FAR 15.208 will be followed for submittals received after 2:00pm Central time on the closing date specified in this announcement. The SF 330, 07/2021 edition, must be used, and may be obtained from the following web site: https://www.gsa.gov/forms. Personal visits for the purpose of discussing this announcement will not be scheduled. Please check for updates to this announcement at www.sam.gov (SAM). Contracting Office Address: Attn: CENWO- CT 1616 Capitol Ave Omaha, Nebraska 68102-4901 United States Primary Point of Contact: Karen L. Caskey Contract Specialist karen.l.caskey@usace.army.mil Phone: 402-995-2074 Technical Point of Contact: Kelsey Smith Design Manager Kelsey.l.smith@usace.army.mil Phone: 910-279-8735 This synopsis is attached as a word document for your convenience.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3efc1bd72e6747c496d7897e9542bc92/view)
 
Place of Performance
Address: Omaha, NE 68102, USA
Zip Code: 68102
Country: USA
 
Record
SN07476886-F 20250615/250613230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.