Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 20, 2001 PSA #2834
SOLICITATIONS

C -- INDEFINITE DELIVERY CONTRACT FOR HYDROLOGIC, HYDRAULIC AND COASTAL ENGINEERING

Notice Date
April 18, 2001
Contracting Office
U.S. Army Engineer District, Chicago, Corps of Engineers, 111 North Canal Street, Chicago, Illinois 60606-7206
ZIP Code
60606-7206
Point of Contact
Deborah O'Donnell, 312-353-6400, Extension 1704
E-Mail Address
Deborah O'Donnell, Contract Specialist (Deborah.E.Odonnell@lrc02.usace.army.mil)
Description
1. CONTRACT INFORMATION: An Indefinite Delivery Architect/Engineer contract for Hydrologic, Hydraulic, and Coastal Engineering as well as GIS services, procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, for various civil works projects within the geographic area of the Chicago District Corps of Engineers (Northeastern Illinois and Northwestern Indiana) will be awarded for the Chicago District Corps of Engineers. Most work will be performed within the Chicago District boundaries but there is a chance that some work may be required within the Great Lakes and Ohio River Division boundaries which also includes: Michigan, Wisconsin, Minnesota, Ohio, Kentucky, Tennessee, Mississippi, New York, Pennsylvania, Maryland, Virginia, West Virginia, North Carolina, South Carolina, Alabama and Georgia. An indefinite delivery contract will be negotiated and awarded with a base period not to exceed one year and two option periods, with each option period not to exceed one year. The amount of work in each contract period will not exceed approximately $1,000,000. Minimum guaranteed amount for the base year is $20,000 and $10,000 for each individual option year exercised. Individual work orders in each contract period will not exceed $1,000,000 (although this is the maximum, it is unlikely that individual work orders would be of that magnitude). The option period may be exercised when the contract amount for the base period has been exhausted or nearly exhausted. Work will be issued by negotiated firm-fixed price task orders. The contract is anticipated to be awarded in June 2002. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for Chicago District are: (1) at least 61% of a contractor's intended subcontract amount be placed with small businesses (SB), including small disadvantaged businesses (SDB) and women-owned small businesses (WOSB); (2) at least 9% of a contractor's intended subcontract amount be placed with SDB; and (3) at least 5% of a contractor's intended subcontract amount be placed with WOSB. The small business size standard for SIC 8711 (Engineering Services) is $2.5 million annual average gross revenue for the last 3 fiscal years. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. 2. PROJECT INFORMATION: Work includes 1) a) Hydrologic engineering: analyses of general hydrology, urban hydrology, flood routing, flood flow frequency analysis, b) Hydraulic engineering: development of water surface profiles and inundation maps for flood flows, hydraulic design and hydraulic alternative evaluations, c) Interior drainage analyses, d) various levels of riverine sediment transport analyses, e) Hydrologic and hydraulic data collection and surveys (discharge measurements, river cross sections) 2) Coastal engineering evaluations as related to shoreline erosion protection, littoral drift, harbors, confined disposal facility protective structures, shoreline monitoring analyses and coastal data collection 3) Use of geographic information system software in the development of hydrologic and hydraulic models and geospatial data collection and processing 4) General design work and development of reports. 3. SELECTION CRITERIA: See Note 24 for general A-E selection process. The selection criteria are listed below in descending order of importance, first by major criterion and then by each sub-criterion. Criteria a-d are primary. Criteria e-g are secondary and will only be used as "tie-breakers" among technically equal firms. As the major purpose of the contract is to perform hydrologic and hydraulic analyses, criteria related to this type of work will be weighted substantially higher. a. Specialized Experience and Technical Competence and Professional Qualification in the following order: (1) hydrologic and hydraulic engineering with (a) technical expertise in the use of complex computer programs such as UNET, HSPF, WHAMO, SWMM, and programs such as HEC-HMS, HEC-RAS, HEC-6 and HEC-DSS (b) experience in doing work within the Chicagoland area, such as the Chicago Underflow Plan, Lake Michigan Diversion Accounting or similar complex studies for the watercourses and canal systems (c) capability for data collection and surveys to supplement hydrologic and hydraulic studies, including experience in hydrographic surveys, streamflow measurements and data collection (2) coastal engineering with technical expertise to conduct Great Lakes coastal engineering analyses, studies and designs related to (a) lakeshore erosion protection projects (such as revetments, bulkheads, groins, breakwaters), (b) littoral drift, (c) harbors, (d) protective structures for confined disposal facilities, (e) shoreline monitoring analyses as well as (f) capability for data collection and surveys to supplement coastal studies (3) (a) technical expertise in the use of geospatial data and geographic information systems software in the development of hydrologic and hydraulic models including HEC-GeoRAS, HEC-GeoHMS, WMS and RiverCAD (b) capability for georeferenced data collection and surveys to supplement hydrologic and hydraulic studies (4) experience in Corps of Engineers Methods for Hydrologic, Hydraulic, and Coastal Studies including knowledge of CERC design manuals and supporting computer programming (5) experience in preparation of reports detailing the findings of hydrologic, hydraulic and coastal analyses, design work, surveys and data collections including maps, technical drawings, data presentation and narrative discussion. b. Professional Qualifications (the evaluation will consider education, training, registration, overall relevant experience, and longevity with the firm): (1) Experienced Hydrologic Engineers, Hydraulic Engineers, Coastal Engineers, Geographic Information Systems Specialists, and Surveyors; (2) Professional Engineers licensed in Illinois and Indiana; (3) Registered land surveyors in Illinois and Indiana, (4) Engineering technicians, survey technicians and field personnel trained and experienced in georeferenced hydrologic and hydraulic data collection, and georeferenced coastal data collection. c. Past performance on DoD and other contracts with respect to quality of work, cost control, timeliness and compliance with project schedules for primary contractor and significant subcontractors. d. Capacity of the firm to accomplish work order in 60 to 129 days and to execute two work orders concurrently totaling approximately $500,000. The evaluation will consider the availability of equipment and an adequate number of personnel in key disciplines. e. Extent of participation of SB (including WOSB), SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. f. Geographic proximity. g. Volume of DoD contract awards in the last 12 months as described in Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit two copies of SF 255 (11/92 edition), and two copies of SF 254 (11/92 edition) for the prime firm and all consultants, to the above address not 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 of the next business day. Include the firm's ACASS number in SF 255, Block 3b. For ACASS information call 503-326-3459. In SF 255, Block 10 describe owned or leased equipment that will be used to perform this contract. Solicitation packages are not provided. This is not a request for proposal. No additional project information will be given to A/E firms. Personal visits to discuss this work will not be scheduled. Phone calls are discouraged unless absolutely necessary. SFs 254 and 255 are to be submitted to: US Army Engineer District, Chicago, Corps of Engineers, Contracting Division. 111 North Canal, Chicago, IL, 60606-7206.
Record
Loren Data Corp. 20010420/CSOL003.HTM (W-108 SN50J665)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on April 18, 2001 by Loren Data Corp. -- info@ld.com