COMMERCE BUSINESS DAILY ISSUE OF MARCH 1, 2001 PSA #2798
SOLICITATIONS
C -- A/E INDEFINATE DELIVERY ARCHITECT-ENGINEER CONTRACT FOR NUMERICAL HYDRAULIC ENGINEERING SERVINCES
- Notice Date
- February 27, 2001
- Contracting Office
- U.S. Army Corps of Engineers, Portland District, P.O. Box 2946, Portland, OR 97208-2946
- ZIP Code
- 97208-2946
- Solicitation Number
- DACW75-01-R-0015
- Point of Contact
- Administrative -- Sandra Hillebrandt 503-808-4615 Technical -- Laurie Ebner (503) 808-4880
- Description
- 1. SUBJECT: A/E Indefinite Delivery Architect-Engineer Contract for Numerical Hydraulic Engineering Design Services. 2. CONTRACT INFORMATION. Numerical hydraulic engineering design services and water quality modeling services are required for various projects within the boundaries or assignments of the Portland District. The scope of work will include appropriate projects assigned to the Portland District and may include projects assigned to other districts, when such projects are considered to be within the scope of the contract. Task orders may be issued for projects by any district, however selection criteria (if applicable) will be based on criteria developed by the Portland District. An A/E Indefinite Delivery contract for $1,000,000 will be awarded, with a base period of one year and two option periods. Task orders will not exceed $1,000,000. Should the total contract amount reach $1,000,000 prior to passage of 365 calendar days, the option for an additional period and an additional $1,000,000 of work and services may be exercised. Similar action is available on the remaining periods. 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. Subcontracting goals for this contract are that a minimum of 61.4% of the proposed subcontracting amount be placed with small business (SB), including small disadvantaged business (SDB) 9.1% be placed with SDB, 5% be placed with small women-owned business, and 1.5 % be placed with HUB Zone small businesses. 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, as determined relative to the employee's office location (not the location of the work). To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR) Register via the CCR Internet site at http: www.ccr2000.com or by contacting the DoD Central Contractor Registration at 1-888-227-2423. Estimated contract award will be September 2001. 3. PROJECT INFORMATION. Typical services to be provided will include: (a) The development and/or the modification of 1-D, 2-D and 3-D numerical models of hydraulic features related to juvenile and adult fish passage on the Columbia and Willamette Rivers; (b) Utilization of model results to channel restoration projects in natural open channel river systems (i.e. relating habitat to conveyance); (c) To numerically model water quality parameters, bed material, and sedimentation; (d) 3-D modeling of estuarine environments; (e) Documentation and visualization of results; and (f) On-site investigation and analysis related to civil works projects. Water quality modeling will include the following parameters; temperature, dissolved oxygen, pH, nutrients, bacteria, turbidity, algae (chlora), carbon forms, iron and manganese. Coastal engineering modeling will include wave and storm analyses, breakwater design, jetty design and navigation evaluations. Activities can range from only development of grid structure to full development and execution of modeling program. At the completion of each task the numerical models developed and all results will become the property of the USACE for future utilization, which may necessitate the use of commercially available software packages and/or training. A list of computational tools, visualization tools grid generation tools and hardware that the selected firm could use. Selected firms must be able to produce drawings, data sheets, reports, etc. in electronic format compatible with Portland District software capability, MicroStation DGN format, ArcView/ArcInfo GIS format (ArcInfor export files) and MicroSoft Office. 4. SELECTION CRITERIA. Selection criteria for this project will be based upon the following, listed in descending order of importance (first by major criterion and then be each sub-criterion). Criteria a-h are primary, criteria i-k are secondaryand used only as "tie breakers" among technically equal firms. a. Specialized experience and technical competence in developing numerical (1-D, 2-D and 3-D) models of hydraulic, coastal, and riverine structures, water quality modeling of reservoirs and rivers and estuarine modeling. Experience must have been performed within the last three years. Specialized experience and technical competence must be relative to the following areas: 1) Hydraulic design of migrant fish facilities, high head dam facilities, navigation facilities; 2) The development and/or the modification of 1-D, 2-D and 3-D numerical models of hydraulic features related to juvenile and adult fish passage on the Columbia and Willamette Rivers; 3) Utilization of hydrosurvey data obtained from stilling basins and waterway channels as basis for 1D, 2D and 3D model development; 4) Documentation and visualization of results; 5) On-site investigation and analysis related to civil works projects; 6) GIS capability and utilization for display/archival of information; 7) Ability to understand and utilize structural drawings (CADD, Intergraph-MicroStation, scanned and hard copy) in development of numerical models; 8) Performance of hydraulic model and prototype testing studies; 9) Water quality modeling; 10) Reservoir, riverine and estuary modeling; 11) Utilization of model results to channel restoration projects in natural open channel river systems (i.e. relating habitat to conveyance); 12) Numerical modeling of water quality parameters, bed material, and sedimentation processes; 13) 3-D modeling of estuarine environments; b. The Contractor must demonstrate the ability to build, develop and execute CFD models using Star CD and other CFD programs. Capability to develop grids using grid generation software such as Grid Gen or ICEM-CFD and to present results in visualization software such as TechPlot. Capability or potential capability with the following (or similar) programs is encouraged: River Engineering Programs -- HEC-HMS (HEC-1), HEC-RAS (HEC-2), HEC-UNET, HEC-FFA, HEC-6, HEC-FDA, and SMS; Water Quality Programs -- CE-Qual-W2, Version 3 (COE 2D reservoir/river model), WESTEX (COE 1D reservoir temperature model), QUAL2E (EPA 1D, steady state river model), HEC5Q (COE 1D reservoir/river model), MIKE11 (DHI, 1D, dynamic river model); System Operation and Data Analysis Programs -- HEC-5 (HEC-RSS), HEC-DSS, HEC-4, HEC-FFA; and Coastal Engineering Programs ADCIRC, STWAVE, CGWAVE. c. Professional qualifications of personnel to be assigned to the project. Evaluation will consider education, training, registration, and longevity of relevant experience. Personnel provided for these services must be technical professional with experience in hydraulic and riverine modeling. The following disciplines will be evaluated (minimum number to be evaluated shown in brackets to right of each discipline: (1) Project Manager [1]; (2) Hydraulic/Riverine Engineer [1]; (3) Numerical Modeler (visualization tools) [1]; (4) Fishery Engineer/Biologist [1]; (5) Data Management (storage and transfer) [1]; (6) Surface Water Quality Modeler [1]; and (7) CADD/GIS operator familiar with grid generation for models [1]. d. Ability to meet data visualization, data management and data transfer requirements as specified above. e. Design Quality Assurance: (1) Description of quality control processes used by the firm. (2) Description of management approach firm would use on this contract if successful offeror. Should address coordination of disciplines and subcontractors, and include organizational chart showing inter-relationship of management and design team components. f. Past Performance. Past performance of contracts with government agencies and private industry with respect to cost control, quality of work, and compliance with performance schedules within the last seven years. g. Capacity. Current workload and capacity of firm to accomplish required services on schedule. Firm should estimate volume of work anticipated during the life of this contract, and percentage of resources available to perform the services required under this contract, including the ability to accomplish multiple task orders simultaneously. h. Knowledge of the Locality. The Contractor must demonstrate knowledge of having performed numerical hydraulic modeling of migrant fishing facilities, high head dam facilities, and river reaches within the Oregon and Southwestern Washington areas as well as water quality models of reservoirs and rivers in this region. i. In the event of a tie, the firm's extent of participation of Small, Small Disadvantaged or Woman-Owned Small Business, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of total estimated effort. j. In the event of a tie, the general geographical location of firm with regard to other firms and Portland District. k. In the event of a tie, the volume of DOD contract awards within the last 12 months. 5. SUBMISSION REQUIREMENTS. Interested A/E firms having the capability to perform this work must submit one copy of SF 254 (11/92 edition) and SF 255 (11/92 edition) for the prime firm and all consultants, to the following address within 30 calendar days of this announcement: USACE Portland District, Attn: CENWP-CT-C: Sandra Hillebrandt, P. O. Box 2946, Portland, OR 97208-2946. If the 30th date 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. This procurement is unrestricted. Direct technical questions to Laurie Ebner, (503) 808-4880. Direct administrative questions to Sandra Hillebrandt, (503) 808-4615. This is not a request for proposal. Solicitation packages are not provided. Reference DACW57-01-R-0015.
- Record
- Loren Data Corp. 20010301/CSOL005.HTM (W-058 SN50E7B9)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on February 27, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|