SOLICITATION NOTICE
C -- Nashville District Corps of Engineers, Hydrology and Hydraulic A-E Services,within the boundaries or assignment area of the Great Lakes and Ohio River Division (LRD).
- Notice Date
- 12/11/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- USA Engineer District, Nashville, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070
- ZIP Code
- 37202-1070
- Solicitation Number
- W912P5-04-R-0003
- Response Due
- 1/12/2004
- Archive Date
- 3/12/2004
- Point of Contact
- Beryl Newsome, 615-736-7933
- E-Mail Address
-
Email your questions to USA Engineer District, Nashville
(Beryl.C.Newsome@usace.army.mil)
- Small Business Set-Aside
- Partial Small Business
- Description
- NA The Nashville District Corps of Engineers intends to issue two contracts for Hydrology and Hydraulic Engineering Services within the boundaries or assignment area of the Great Lakes and Ohio River Division (LRD). One contract will be issued using a full a nd open competition and one contract will be issued using a small business set-aside. The Primary use of this contract will be for tasks within the Nashville District where the projects primarily require Hydrology and Hydraulic Engineering expertise. The c ontract time period will be 3 years for each contract. Work will be issued by negotiated firm-fixed-price task orders. Groups with prime-sub relationships or joint ventures will be considered as well as firms having all disciplines in-house. Responding gro ups or firms must have demonstrated experience in the hydrology and hydraulic engineering field. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a sub-contracting plan on that part of the wo rk it intends to subcontract. The sub-contracting goals for the Nashville District with small business are 43.8% including small disadvantaged business of 18.0% and woman owned small business of 6.5%, HUBZONE 3.0%, Service-Disabled Veteran-Owned Small Busi ness 3.0%, HBCU/MI 12.9%. The subcontracting plan is not required with this submittal. This announcement is issued pursuant FAR 19.10 the Small Business Competitiveness Demonstration Program. The total cumulative amount of all task orders will not exceed $ 1,500,000.00 per contract. The minimum award issued under these contracts will be in the amount of $30,000.00 per contract to be averaged over 3 years. PROJECT INFORMATION: Tasks may include but are not limited to studies, reports, estimates, design plans and specifications for work on existing facilities and new systems for the Lakes and Rivers Division and the Nashville District??????s Civil and Military Works Programs. The firms submitting must clearly demonstrate their experience in the following area s: a. Hydrologic modeling using HEC1, HEC-HMS and Geo-HMS. b. Hydraulic modeling using HEC2, HEC-RAS, GEO-RAS, steady and unsteady flow. c. Geographic Information Systems experience and ability; d. Statistical analysis using Bulletin 17 Log Pearson Type regression analyses, and regional correlation; e. Demonstrated understanding of the Corps Civil Works Planning Process. All CADD services must be compatible with Micro station Version 8.0 or later. SELECTION CRITERIA: Listed below in descending order of i mportance. Criteria a-d are primary. Criteria e-g are secondary and will only be used as ??????tie breakers?????? among technically equal firms. a. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE of the prime firm and any subcontractors in the type of wor k required. Knowledge and experience with the hydrologic conditions within the Cumberland and Tennessee River Basins will be included in the evaluation of these particular selection criteria. Other evaluation factors will include effectiveness of the propo sed management structure and the prior working relationship between a prime and any subcontractors. Capability to negotiate and respond to quick turnaround task order requirements must be demonstrated. b. PROFESSIONAL QUALIFICATIONS: The A-E must provide t he key project management and technical personnel to be assigned to the contract. Evaluation factors will include the education, training, experience, and registration of these personnel. c. PAST PERFORMANCE AND EXPERIENCE: This includes the past performan ce and experience on DOD contracts and other related contracts with respect to cost control, quality of work, and compliance with schedules. d. CAPACITY: Of the firm to accomplish the work. Ability to accomplish delivery orders on several design tasks at a ny one time. e. EXTENT OF PARTICIPATION OF SMALL BUSINESS: This includes small business, women owned businesses, small disadvantaged businesses, historically b lack colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. f. GEOGRAPHICAL LOCATION: The proximity of the office responsible for task order negotiations and production o f the work in relationship to the Nashville District Office and general geographical area of the Nashville District. g. Volume of Department of Defense contract awarded in the last twelve months as described in Note 24. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit two copies of an updated SF 254 and two copies of SF 255. A current 254 is also required for all sub-contractors and consultants. Please note, i f the prime contractor to perform the work is located in a branch office, the SF255 shall reflect key disciplines and experience for that branch office. Also, the business size status (large, small and /or minority) should be indicated in SF 255, Block3b. Definition: A concern is small if the annual receipts averaged over the past 3 fiscal years do not exceed 4 million. The NAICS code is 541330. Firms submitting SF-254 and SF-255 by 12 January 2004 will be considered for this work. Faxed copies of the SF25 5 and 254 will not be accepted. No other general notification to firms under consideration for this work will be made and no further action is required. This is not a Request for Proposal. Notice to All Contractors: All contractors MUST be registered in t he Central Contractor Register in order to be Awarded Government Contracts. Information on this requirement can be found on the Internet at http://www.ccr.gov. This registration is mandatory for all contractors who intend to do business with the Nashville District Corps of Engineers or any other Federal Agency under the Department of Defense. Solicitation packages are not provided for A/E contracts. Address for submittal of SF254 and SF255 by express mail is: U. S. Army Corps of Engineers, CELRN-CT, Room A- 604, 110 Ninth Avenue South, Nashville, TN 37203 (see note 24) Email address: James.E.Choate@usace.army.mil
- Place of Performance
- Address: USA Engineer District, Nashville P.O. Box 1070, 801 Broad Street Nashville TN
- Zip Code: 37202-1070
- Country: US
- Zip Code: 37202-1070
- Record
- SN00488087-W 20031213/031211212314 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |