SOLICITATION NOTICE
C -- Architect-Engineer Indefinite Delivery Contract for Hydraulic and Hydrologic and Environmental Engineering Design Services
- Notice Date
- 2/3/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Portland District, US Army Corps of Engineers, Contracting Division (CENWP-CT_, P.O. Box 2946, Portland, OR 97208-2946
- ZIP Code
- 97208-2946
- Solicitation Number
- W9127N-05-R-0004
- Response Due
- 3/7/2005
- Archive Date
- 5/6/2005
- Small Business Set-Aside
- N/A
- Description
- SUBJECT: A/E Indefinite Delivery Architect-Engineer Contract for Hydraulic, and Hydrologic and Environmental Engineering Design Services. CONTRACT INFORMATION. Hydraulic, and Hydrologic and Environmental engineering designs are required for various projects within the boundaries or assignments of the Portland District. Location of work will be primarily in the Portland District. The Cont racting Officer may authorize utilization of this contract by other Districts of the Corps of Engineers, in writing. An A/E Indefinite Delivery contract for $1,000,000 will be awarded, for the base period of one year. The contract shall contain the optio n of two additional periods of one year each, at $1,000,000 each. An option period may be exercised at the discretion of the Government before expiration of the previous period. The maximum for each task order will not exceed the annual contract amount. 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 57.2% of the proposed subcontracting amount be placed with small business (SB), including small disadvantaged business (SDB) 10% be placed with SDB, 10% be placed with small women-owned business, 3% be placed with HUB Zone small businesses, and 3% be placed with Service Disabled Veteran Owned 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 employees office lo cation (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.ccr.gov or by contacting the CCR Help Line at 1-888-227-24 23. Estimated contract award will be August 2005. PROJECT INFORMATION. Typical services to be provided will include a wide range of engineering and technical studies in the water resources civil works field. The A-E will be expected to perform all leve ls of hydraulic design and analysis of fish passage facilities related to juvenile and adult passage on the Columbia and Willamette Rivers; hydraulic design and analysis for spillways, outlet works, power facilities, canals, navigation locks, high and low velocity channels, hydraulic portions of dam safety studies, and on-site investigation and analysis related to civil works projects. Additional services anticipated include, but are not limited to: on-site investigations and analyses related to civil work s projects; assessment of site conditions relevant to coastal project performance and design; ground surveys of channel and overbank cross sections of streams; analysis of hydrologic processes including precipitation, runoff, water supply forecast, etc; co llection and analysis of sediment transport and bed materials samples; preparation of study, technical and value engineering reports; preparation of contract plans and specifications; design of navigation channels and harbor and coastal improvements; analy sis of sediment transport in rivers, streams, lakes, estuaries and in coastal areas; development of sediment yield estimates for volcanic or mountainous watersheds; development of design values for wave height determination to include fetch length, and win d speed and duration; determination of applicable wave climate for a coastal site; calculation of wave forces, wave overtopping, and wave transmission; preparation of Water Control Manuals for civil works projects; performance of statistical analyses of hy drological data to produce pertinent statistical relationships as specifically needed; and the performance of hydraulic analysis of channels using 1-dimensional and 2-dimensional analyses for steady and unsteady flow situations and 3-D modeling in dam fore bay and tailra ce environments. Preparation of design documents, on-site investigation and analysis related to civil works projects are included. A-E must have capability to perform physical and numerical modeling of hydraulic features of projects as well as develop an d execute prototype data collection activities including hydroacoustic surveys and water quality sampling. Numerical modeling includes development and/or modification of 1-D, 2-D and 3-D numerical models; display and documentation of results using visuali zation software. 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 (ArcInfo export files), and MicroS oft Office and SEDQUAL database. Metadata will be provided with all geo-referenced data files. Environmental engineering capabilities must include, but are not limited to, characterization design, data collection and reporting, following guidance of curr ent regional (Dredge material Evaluation Framework DMEF) and national (Ocean, Inland and Upland) manuals developed to implement the Clean Water Act (CWA) and Marine Protection, Research and Sanctuaries Act (MPRSA). Characterization may include physical, chemical, and biological methods; such as, bathymetric and benthic surveys, bioassay and bioaccumulation methods. Sampling methods will include various surface grab and coring methods; such as, Sediment Profile Imaging (SPI), box core, gravity core and v ibra coring devices, in both deep and shallow water bodies. 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 by each sub-criterion). Criteria a-i are primary, criteria j-l are secondary, used only as tie breakers among technically equal firms. a. Demonstrated specialized experience and technical competence in hydraulic, hydrologic and environmental engineering design utilizing state of the art methodology in the area of structural, fluvial and dam hydraulics, hydrology, river engineering, sedimentation, sediment physical, chemical, and biological characterization, channel morphology, coastal engineering and reservoir systems analyses in the Pacific Northwest Region. Experience must have been performed within the last three years. (1) Hydraulic design of migrant fish facilities (juvenile and adult), high and low head dam facilities, navigation facilities. (2) Performance of physic al hydraulic model and prototype testing studies. (3) Development of 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. Utilization of model results to channel restoration projects in natural open channel river systems (i.e. relating habitat to conveyance); extrapolation of numerical model water quality parameters, bed material, sedimentation; 3-D modeling of estuarine environments. (4) Documentation and visualization of numerical and or physical model results and conclusions using TechPlot or similar graphics program, GIS and CADD programs; (5) Procurement and interpretation of hydrosurvey data obtained from stilling basins, streams, and waterway cha nnels for model development and condition assessment. (6) Performance of Acoustic Doppler Current Profiler (ADCP) and Acoustic Doppler Velocimeter (ADV) data collection, processing and interpretation of river velocities and flows around structures. (7) M eteorologic analyses, data collection, precipitation, storms and evapotranspiration; wind setup and wave run-up. (8) Statistical and probability analyses, discharge, precipitation, risk and uncertainty evaluations; hypothetical storm development, period-o f-record evaluations, ungaged basin evaluations, rainfall runoff analyses, Probable Maximum Precipitation (PMP), snowmelt, hydrographs, spillway design hydrog raph development. (9) Channel design, channel morphology, ecosystem restoration/channel restoration, process based channel design, bank protection, riprap sizing, river training structures (groins, pile dikes, etc.), ship simulation hydraulic analyses. ( 10) Water resources planning and development, reservoir analyses, flood control, conservation, flood warning systems, system analyses, and multipurpose; flood warning systems, system analyses, ESA flow issues, real-time operational studies (runoff, flood, etc.), real-time reservoir management for flood control. (11) Sediment and water characterization (physical, chemical, and biological) of ocean and fresh water systems. (12) NELAP/NELAC validated laboratory for WQ/Sediment samples. b. The Contractor mu st demonstrate the following in regards to software programs: (1) The ability to build, develop and execute CFD models using Star CD and other CFD programs. (2) Capability to develop grids using grid generation software such as Grid Gen or ICEM-CFD and t o present results in visualization software such as TechPlot. (3) Capability or potential capability with the following (or similar) programs is encouraged: River Engineering Programs - HEC-HMS, HEC-RAS, HEC-UNET, HEC-FFA, HEC-6, HEC-FDA, HEC-ResSim, DSSV ue, 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 educat ion, training, registration, and longevity of relevant experience. Personnel provided for these services must be professional engineers with experience in hydraulic design projects. The following disciplines will be evaluated: (1) Project Manager; (2) Hydraulic Engineer; (3) Fishery Engineer/Biologist; (4) Coastal Engineer; (5) CADD/GIS Technician; (6) Toxicologist; (7) Environmental Engineer. d. Physical Model facilities and model data collection equipment and capabilities. e. Ability to meet CADD and GIS requirements as specified in paragraph 3 above. f. 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 a ddress coordination of disciplines and subcontractors, and include organizational chart showing inter-relationship of management and design team components. g. 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. h. Capacity. Current workload and capacity of firm to accomplish required services on schedule. Firm should estimate volume of work ant icipated 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. i. Knowledge of the Locality. The Contractor m ust demonstrate knowledge of having performed hydraulic modeling and prototype testing studies for design of migrant fish facilities, high head dam facilities, and navigation facilities within the Oregon and Southwestern Washington areas, primarily in the Columbia and Willamette Rivers. j. Small Business Participation. In the event of a tie, the extent of participation of Small Businesses (including Women-Owned), Small Disadvantaged Businesses, historically black colleges and universities, and minority ins titutions in the proposed contract team, measured as a percentage of total estimated effort. k. Location. In the event of a tie, the location of the firm in t he general geographical area of Portland District. l. Volume of DoD Work. 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 mu st submit one copy of Part I and Part II of the SF 330 (6/2004) for the prime firm and all consultants, to Kathleen Seitz at the above address not later than close of business on the 30th day after the date of this announcement. If the 30th date is a Satu rday, Sunday, or Federal Holiday, the deadline is the close of business of the next business day. Direct technical questions to Bob Buchholz, (503) 808-4877. Direct administrative questions to Kathleen Seitz, (503) 808- 4628. This is not a request for pr oposal. Solicitation packages are not provided. Reference: W9127N-05-R-0004. NAICS: 541330
- Place of Performance
- Address: Portland District, US Army Corps of Engineers Contracting Division (CENWP-CT_, P.O. Box 2946 Portland OR
- Zip Code: 97208-2946
- Country: US
- Zip Code: 97208-2946
- Record
- SN00745292-W 20050205/050203212221 (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 |