COMMERCE BUSINESS DAILY ISSUE OF MAY 24, 2001 PSA #2858
SOLICITATIONS
C -- INDEFINITE DELIVERY A-E CONTRACT FOR MISCELLANEOUS HYDROLOGICDONALD AND HYDRAULIC DESIGN
- Notice Date
- May 22, 2001
- Contracting Office
- US Army Engineer District St Louis CE, Attn: CEMVS-CT, 1222 Spruce Street, Rm 4.207, St Louis, MO 63103-2833
- ZIP Code
- 63103-2833
- Solicitation Number
- DACW43-01-R-0714
- Point of Contact
- POC: Don Fendler, Cost Enineering and Contracts Management Group 314-331-8119; Jean Beausang, Contracting Division, 314-331-8512
- E-Mail Address
- Jean.Beausang@mvs02.usace.army.mil (Jean.Beausang@mvs02.usace.army.mil)
- Description
- INDEFINITE DELIVERY CONTRACT FOR MISCELLANEOUS HYDROLOGIC AND HYDRAULIC DESIGN AND RELATED WORK FOR AREAS SELECTED BY THE ST. LOUIS DISTRICT, U.S. ARMY CORPS OF ENGINEERS SOL DACW43-01-R-0714. This announcement is restricted to small businesses. POC Cost Engineering and Contracts Management Branch, Donald K. Fendler, (314) 331-8119, Contract Specialist, Jean Beausang, 314-331-8512. (Site Code DACW43) 1. CONTRACT INFORMATION: Engineering services of a qualified architect-engineer (A-E) firm is sought to handle a variety of hydrologic and hydraulic design type projects. The boundaries of the St. Louis District will be the primary area for the contract, but the Government may, at its discretion and upon concurrence of the Contractor, accomplish work in other geographical regions. One indefinite delivery contract will be negotiated and awarded, with a base period not to exceed one year and two option periods not to exceed one year each. The amount of work in each contract period will not exceed $250,000. An option period may be exercised when the contract amount or the contract time for the base period or preceding option period has been exhausted or nearly exhausted. Work will be issued by negotiated firm fixed-price task orders not to exceed the contract period amount. The contract is anticipated to be awarded in summer 2001. The Government's minimum obligation under this contract is $5,000.00 for the base year and $2,500.00 for the option periods, if exercised. 2. PROJECT INFORMATION: Services to be provided may include hydraulic and hydrologic special reports, feasibility studies, development of design criteria, preliminary or final hydraulic designs of hydraulic structures, operational studies, flood insurance studies, storm sewer design, and preparation of portions of contract plans and specifications. Firms must have a full range of capability for these types of services. Use of the metric system of measurement may be required for some deliverables under the proposed contract; however, metric system experience is not a selection criterion and is not required for selection 3. SELECTION CRITERIA: The selection criteria, is in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-d are primary and criteria e-f are secondary and will be used as "tie breakers" among technically equal firms. a. Specialized Experience and Technical Competence: (1) hypothetical and historic flood analysis through watershed modeling, flow frequency analysis, profile analysis using both steady and unsteady flow methods (HEC-1, HEC-HMS, HEC-2, HEC-RAS, UNET), interior flood hydrology (HEC-IFH), reservoir routing/operational studies, sediment analysis, design type projects and reports such as Lake Sediment Analysis, hydraulic design of structures, hydraulic and hydrologic computer programming, water data management using HEC-DSS, GIS capabilities and knowledge, and report preparation; (2) Computer facilities to operate hydrologic hydraulic programs; (3) Quality management procedures to include Quality Control Plans; (4) Ability to deliver CADD files in the Bentley Microstation format. b. Professional qualifications: Qualified and registered key personnel in the disciplines of hydraulic and hydrologic engineers, hydrologists, sedimentation engineers, computer programmers, technicians and draftsmen. The evaluation will consider education, training, registration, relevant experience, and longevity with the firm c. Capacity to accomplish up to three major task orders simultaneously in a one-year period as required to maintain delivery of a quality product on a timely schedule. The evaluation will consider the availability of an adequate number of key personnel and equipment availability. d. Past performance on similar Department of Defense contracts and other contracts with respect to cost control, quality of work, and compliance with performance schedules. e. Geographic Proximity to the St. Louis District office headquarters. f. Volume of DOD contracts awarded in the last 12 months. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having 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 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. Responses to this announcement shall be submitted to the above address, Attn: CEMVS-ED-C, and shall make reference to solicitation number as well as contract title. Include the firm's ACASS number in SF 255, Block 3b. For ACASS information, call (503) 808-4590. In block 10 indicate the estimated percentage involvement of each firm on the proposed team. Solicitation packages are not provided. This is not a request for proposal.
- Web Link
- http://mvs-www.mvs.usace.army.mil/ct/ct.htm (http://mvs-www.mvs.usace.army.mil/ct/ct.htm)
- Record
- Loren Data Corp. 20010524/CSOL002.HTM (W-142 SN50M870)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on May 23, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|