Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2004 FBO #1131
SOLICITATION NOTICE

C -- Indefinite Delivery Quantity Contract for Hydraulic Design and River Engineering for Civil Works Projects and Military Installations within the geographical boundaries of the South Pacific Division.

Notice Date
12/29/2004
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-05-R-0013
 
Response Due
1/28/2005
 
Archive Date
3/29/2005
 
Small Business Set-Aside
N/A
 
Description
Indefinite Delivery Indefinite Quantity Contract for Hydraulic Design and River Engineering for Civil Works Projects and Military Installations within the geographical boundaries of the South Pacific Division. Contracting Office Address USACE, Sacramento District, ATTN: A-E Negotiations Unit, 1325 J Street, Room 1079, Sacramento, CA 95814-2922 Description 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 main emphasis of this contract will be on hydraulic designs and analyses, river engineering, and floodplain analyses and delineations, sediment engineering, and fluvial geomorphology, as applicable to both the Corps of Engineers Civil Works and Military Constr uction mission areas, but capabilities in other disciplines such as GIS (Geographical Information System), Groundwater, Computer Aided Drafting Design (CADD), and Topographic and Hydrographic Surveys are also important elements of the contract. These desi gns, analyses, and services are required within the Sacramento and San Joaquin River drainage basins and at other locations within the South Pacific Division boundaries (AZ, CA, CO, NV, NM, and UT), or within any of SPKs or SPDs specific customers geograph ic boundaries, as determined by the Contracting Officer. A specific scope of work and services required will be issued with each firm fixed price task order. The end result of these studies/projects will be designs. This work will include all Architect- Engineering (A-E) and related services necessary to complete the design and A-E services during the specific phase of work for these projects. The North American Industrial Classification System code (NAICS) is 541310, and the Standard Industrial Code (SI C) is 8712, which has a small business size standard of maximum $4.0 million of average annual receipts for the preceding 3 fiscal years. This contract is unrestricted and open to all interested parties regardless of business size. A Firm, Fixed Price, i ndefinite delivery, indefinite quantity contract will be negotiated and is anticipated to be awarded in March 2005, but not later than one year after the required response date to this announcement. More than one contract may be awarded under this solicit ation, with the highest ranking firm awarded first. Since more than one contract will be awarded as a result of this announcement for the same or similar work, selection for task order awards will be made as follows: (1) All awardees will be given a fair opportunity to be considered for each task order award in excess of $2,500. (2) In making selection of the awardee to receive a specific task order, the Contracting Officer will consider past performance of previous task orders, quality of previous task orders, timeliness of previous task orders, cost control, the firms strengths and previous experience in relation to the work requirements and geographic location described in the scope of work for each task order. Details of the selection process will be included in the resultant contracts. The contract will be for maximum one-year base period from the date of award and will contain 2 optional one-year periods. The contract amount for the base period is $1,000,000, and the contract amount of each of the option periods is $1,000,000, unless unused capacity is rolled over from a previous contract period. The total contract amount shall not exceed $3,000,000. Individual task orders shall not exceed the annual contract amount. The options may be exercised at the discretion of the Government. At the discretion of the Government, the option years may be exercised early if the Total Estimated Price is exhausted or nearly exhausted. All pricing schedules (for base year and all option periods) will be effecti ve for one full year regardless of the early exercising of options, beginning with the date of award of the base year. The pricing schedules for the first and second option periods become effective on the first and second anniversary dates, respectively, of the contract award. If the T otal Estimated Price of the base year or any option year is not awarded within that years 12-month performance period and the Government has elected to exercise a subsequent option year, the remaining unused dollar amount may be added on to the Total Estim ate Price of the option period being exercised. All interest Architect-Engineers are reminded that in accordance with the provisions of FAR Sections 19.7, 52,219-8, 52.219-9 or equivalent DFARS Sections, they will be expected to place subcontracts to the maximum practicable extend consistent with the efficient performance of this contract, with small and small disadvantaged business. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to thos e determined by the Department of Labor under the Service Contract Act, as determined relative to the employees office location (not the location of the work). If a large business is selected for this contract, it will be required to submit a detailed sub contracting plan at a later date. A detailed plan is not required to be submitted with the SF 330, however, the plans to do so should be specified in block H of the SF 330. If a large business is selected, it must comply with FAR 52-219.9 regarding the r equirement to subcontract. Sacramento Districts recommended goal for work intended to be subcontract is 50.9% for small business. The goal further states that of the 50.9% to be subcontracted to small business, 8.8% is for small disadvantaged business (s ubset to small business). 7.2% is for small business/woman owned (subset to small business), 2.9% for HUBZone small business (subset to small business) and 0.5% is for Service-Disabled Veteran-Owned Small business (subset to small business). If the select ed firm submits a plan with lesser goals, it must submit written rationale of why the above goals are not met. Firms should indicate personnel and subcontractors selected to work on the contract and state their management structure. To be eligible for co ntract award a firm or joint venture must be registered in the DoD Central Contractor Registration (CCR). Register via the Internet Site at http://ccr.edi.dia.mil or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. THIS PR OCUREMENT IS UNRESTRICTED. 2. PROJECT INFORMATION: Task Orders under this contract may include hydraulic design of small single purpose dams to large multipurpose dams, hydraulic design associated with rivers, creeks, and flood control levees and channels, hydraulic design and anal ysis of hydraulic structures and rivers, and creeks for any purpose including pipelines, sediment yield, sediment transport for rivers, flood control channels, and alluvial fans, fluvial geomorphology studies, groundwater, hydraulics of channel and wetland restoration, bio-technical channel stabilization, and floodplain analyses. The contract requirements will also include hydrologic studies, computer aided drafting design(CADD), GIS, topographic or hydrographic field data. The contractor shall be responsi ble for designs and drawings using computer-aided design and drafting (CADD), per the A/E/C CADD Standard (see https://tsc.wes.army.mil/products), delivering three-dimensional drawings in Bentley Microstation V8.1 or higher, electronic digital format. The Government will only accept the final product for full operation, without conversion or reformatting, in the Bentley Micro station V8.1 or higher format on the target platform specified herein. The target platform is a Pentium 3.0 GHz, 512 MB Ram, and 40 GB Hard Drive with Microsoft Windows 2000 operating system. Advanced application software used in preparing drawings shall be de livered in MicroStation V8.1 or higher electronic digital format. Drawings produced by scanning drawings or records or containing photographic images shall be delivered in raster format compatible with MicroStation 8.1 or Z/I Imagings IRAS/C, Version 8.2 or higher, electronic digital format. Drawing files shall also be delivered in Computer-aided Acquisition and Logistic Support (CALS) CCITT Group 4 raster format. The specifications will be produced in SPECSINTACT with Standard Generalized Markup Langua ge (SGML) using the United Facilities Guide Specifications (UFGS). In addition to the format specified above, specification files shall also be delivered in Adobe Acrobat Data Format (PDF) or PostScript electronic digital format. Additionally, the contra ctor shall have the ability to deliver two or three-dimensional drawings in the AutoDesk AutoCAD software released 2004. The Government will only accept the final product in full operational status, without the need for conversion or reformatting, in the AutoDesk AutoCAD release 2004 format on the target platform specified herein. The target platform is a Pentium 3.0 GHz, 512 MB Ram, and 40 GB Hard Drive with Microsoft Windows 2000 operating system. Drawings produced by scanning drawings of record or con taining photographic images shall be delivered in a raster format compatible with the target platform and AutoCAD electronic digital format. Drawing files shall also be delivered in Computer-aided Acquisition and Logistic Support (CALS) CCITT Group 4 rast er format. The specifications will be produced in SPECSINTACT with Standard Generalized Markup Language (SGML) using the Unified Facilities Guide Specifications (UFGS). In addition to the format specified above, specification files shall also be delivere d in Adobe Acrobat Portable Data Format (PDF) or Postscript electronic digital format. In general, Civil Works products will be generated in MicroStation and Military products will be generated in AutoCad. All CADD work shall comply with the A/E/C CADD S tandard, which is available at https://tsc.wes.army.mil/products. Responding firms must show computer and Internet capability for accessing the Criteria Bulletin Board system (CBBS) and the Design Review and Checking System (DrChecks). Estimates shall be prepared using Corps of Engineers Computer Aided Cost Estimating system (MCACES Gold)(software provided by Government) software. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Criteria (a) through (e) are primary. Criteria (f) though (g) are secondary and will only be used as tie-breakers amongst technically equal firms. a. Spec ialized experience and technical competence in relative anticipated descending order of importance are listed below. When applicable, significant expertise performing work within the Sacramento Districts boundaries will be considered in determining the fi rms capabilities. (1) Hydraulic design and analyses utilizing UNET, a one-dimensional, Unsteady-state numerical model and/or the one dimensional, HEC-RAS numerical model in steady state model and unsteady state modes. (2) Sediment Yield expertise and Sedim ent Transport analyses expertise (preferably utilizing HEC-6). (3) Hydraulic design and analyses expertise utilizing multi-dimensional numerical models such as RMA-2, TABS-MD, FLO2D and MAC3D. (4) Fluvial geomorphic analyses capability with investigators w ell educated in the fields of geology, hydrology, and hydraulics. (5)Hydraulic Design of small single watershed hydrology, and hydraulics. (6)Topographic and hydrographic surveying capabilities for water resource related studies. (7) Flood plain analyses a nd delineation for rivers and smaller streams and alluvial fans. (8)Hydrologic analyses expertise utilizing numerical models such as HMS, WMS, HEC-1, ResSIM, and FFA. (9)MicroStation and Inroads software. (10) Familiarity with Corps of Engineers Civil Work s and Military procedures and regulations. (11) Geographical Information System (GIS). (12) Geotechnical data collection and analysis pertinent to sediment, fluvial, geomorphology, and channel stability analyses. (13) Numerical modeling of groundwater recharge. (14) Culvert, pressure and open channel flow design. b. Past performance in Corps of Engineers and other contracts with respect to cost control, quality of work and compliance with performance schedule. c. Qualified professional personnel in the following disciplines: Civil En gineer; Hydraulic Engineer; Hydrologist; Meterologist; Surveyors; Mapping and Digital Ortho Imaging Technicians; GIS Specialists; GIS Technicians; CADD Designers; CADD Technicians; CADD Operators; and Hydro Geologists. The evaluation will consider educati on, training, registration, overall relevant experience, and longevity with the firm. d. Capacity of the lead firm to accomplish work in the required time frame including professional qualifications of firms staff and consultants to be assigned to the pro jects which are necessary for satisfactory performance in the required services and capacity to accomplish work in multiple locations. e. Volume of DoD contract awards in the last 12 months as described below. f. Location of the firm in the general geogra phical area of the Sacramento District office. g. Extent of participation of small business, historically black colleges and universities or minority institutions in the proposed contract team, measured as a percent of the total estimated effort. 4. SUBMISSION REQUIREMENTS: All interested Architect-Engineer firms having the capabilities to perform this work are invited to submit ONE (1) completed SF 330 (6/2004) US Government Architect-Engineer and Related Services Questionnaire for Specific Proje ct for themselves and ONE (1) completed SF 330 Part II (June 2004 edition) for themselves and one for each of their subcontractors to the office shown above, ATTN: A-E Negotiations Unit. The SF 330 shall not exceed 100 pages. In block E of the SF 330 pro vide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project experience for key team members; and indicate the team members role on each listed project (i.e. project manager, design engineer, etc). In block D of the SF 330, provide the quality management plan and organization chart for the proposed team. In block H of the SF 330 indicate the number and amount of fees awarded on DoD (Army, Navy, and Air Force) contracts during the 12 months prior to this notic e, including change orders and supplemental agreements for the submitting office only. A task specific quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Respon ses received by the close of business (4:00 pm) the day of the closing date will be considered for selection. If the closing date is a Saturday, Sunday or Federal holiday, the deadline is the close of business on the next business day. POINT OF CONTRACT: Mr. Stanley Shibata (916) 557-7470. No other notification will be made and no further action is required. Solicitation packages are not provided for A-E contracts. This is not a request for proposals. All responsible sources may submit the required S F 330, which shall be considered by the agency.
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
Country: US
 
Record
SN00727806-W 20041231/041229211821 (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 |
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.