Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2007 FBO #1873
SOLICITATION NOTICE

C -- Architect-Engineer (A/E) services are required for an indefinite delivery firm fixed-price contract to support Civil Works Projects for the Water Resources Section of the San Francisco District (SPN) and South Pacific Division (SPD).

Notice Date
1/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
USA Engineer District, San Francisco, ATTN: CESPN-CT, 333 Market Street, San Francisco, CA 94105-2195
 
ZIP Code
94105-2195
 
Solicitation Number
W912P7-07-R-0001
 
Response Due
2/12/2007
 
Archive Date
4/13/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Contractor will provide supplemental technical and professional services in support of the San Francisco District's normal and emergency activities. A specific scope of work for the services required will be issued with each task order. This work wil l include all A-E and related services necessary to: Perform coastal, hydrologic and hydraulic studies, including numerical and physical hydraulic modelling and analyses for riverine, estuarine and coastal systems; Conduct geomorphic analyses and sediment engineering, Perform flood plain analyses, Develop hydraulic designs, and Other related work. The Contractor will have the in-house personnel, expertise, and required resources to provide an expeditious response to the specific needs of the San Francisco District. The Contractor will perform all work required under each work order to accomplish th e intent of the work orders. The Contractor will use the best available engineering tools and methods, including high-speed digital computers, to accomplish required services. Corps developed computer programs will be used unless otherwise directed by th e Contracting Officer. Methods used by the Contractor will have prior approval of the Contracting Officer, and computer programs other than those furnished by the Corps will also have prior approval of the Contracting Officer. During the execution of the work, the Architect Engineer shall provide adequate professional supervision and quality control to assure the accuracy, quality, completeness and progress of the work. This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected based on demonstrated competence and qualifications for the required work. A-E services are required primarily to support the in-house design resources for civil projects; however, should the need arise and the in-house resources are wholly committed, the services may include the full spectrum of design disciplines on all or portions of complete projects. Projects will primarily be located within the South Pacific Divisions civil works boundaries of the San Francisco District. The contracts may also be used by other Districts within South Pacific Division (Sacramento, Los Angeles and Albuquerque Districts) to encompass the entire South Pacific Division geographical area of responsibility which can include work within CA, NV, AZ and portions of OR, ID, CO and WY. The North American Industrial Classification System code (NAICS) is 541310, which has a small business size standard of maximum $4.0 million of average annual receipts for its preceding 3 fiscal years. One (1) contract will be awarded to the best qualif ied small business firm. Firm-fixed price indefinite delivery, indefinite quantity contracts will be negotiated and the first is anticipated to be awarded in May 2007 or earlier. All contracts awarded from this solicitation must be awarded no later than one year from the date that the responses to this synopsis are due. Each contract will be for a maximum one-year base period from the date of award, and will contain options to ext end for four additional one-year periods. The contract amount for the base period and any option period will not exceed $1,000,000.00 each period. The total contract amount shall not exceed $5,000,000.00. Individual task orders shall not exceed the annua l contract amount. The options may be exercised at the discretion of the Government. At the discretion of the Government, the option periods 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 effective 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 third and fourth option periods become effe ctive on the 1st, 2nd, 3 rd and 4th anniversary dates, respectively, of the contract award. If the Total Estimated Price of the base year or any option year is not awarded within that year's 12-month performance period and the Government has elected to e xercise a subsequent option year, the remaining unused dollar amount may be added on to the Total Estimated Price of the option period being exercised. Task Orders shall not exceed the annual contract amount. This announcement is open to all firms regard less of size. All interested 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 extent consi stent with the efficient performance of the contract with small and small disadvantaged businesses. If a large business is selected, it must comply with FAR 52-219.9 regarding the requirement to subcontract. The recommended goal for the work intended to be subcontracted is 40% for small business. Out of the 40% to small business, 10% is for small disadvantaged business (subset to small business), 10% is for small business/woman owned (subset to small business). The subcontracting plan is not required wit h this submittal. To be eligible for contract 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.disa.mil or by contacting the DoD Electronic Commerce Inform ation Center at 1-800-334-3414. 2. PROJECT INFORMATION: Firms submitting their SF 330 documents will be judged on their experience against the required services. Proposed task order will include, but not be limited to: A. Hydrologic Studies. Studies can include the use of hydrologic techniques to evaluate the flood-runoff characteristics of watersheds. This may include frequency analysis of stream flow data, precipitation-runoff simulation of storm events, stream flow a nd reservoir routing, and application of simplified techniques such as the rational method and regional frequency analysis. B. Riverine Hydraulic Analyses. Flow conditions in natural and modified streams may be analysed to develop water surface profiles and to identify factors which affect flow conditions. Studies may also include sediment transport, i.e. scour and deposition, in channels and reservoirs. C. Flood Plains. Flood plains may be delineated for various hypothetical and historic floods, including residual flood plains, which depict -post project- conditions. Floodway delineations may also be developed. D. Hydraulic Design. The design of the following structures may be required: Open channels with subcritical and supercritical flow conditions, leveed channels, floodwalls, culverts, energy dissipaters, weirs, interior drainage facilities, conduits, and c hannel training and bank protection works and other miscellaneous Civil design work including required structural engineering. The design of dam and reservoir structures, such as outlet works, control gates, and spillways could also be required as well as risk based analyses associated with determining the hydraulic reliability of flood damage reduction facilities. E. General Civil Design Services to include Topographic and Property Surveys; Design Analysis for Civil, Geotechnical and Structural to include Drawings; Specifications; Cost Estimates; Permits, Public involvement. Construction Phase to include but not limited to: Shop drawings review; site visits; equipment testing and commissioning; Operation and Maintenance manuals; On-Site Representative(s); Reports. F. Study Services for environmental, ecological, environmental compliance, cultural, economic, water resources planning, and public involvement G. Water Supply and/or Flood Control Storage Requirements. Studies could include determining water supply and flood control storage requirements, including the development of water supply storage versus yield and flood control storage versus frequency rel ationships. Studies could also include investigation of existing or planned flood control and water supply reservoirs or reservoir systems to optimise the operation of the reservoirs or to determine the environmental (e.g. water quality) effects of the re servoirs. H. Estuarine and Coastal Analyses. The following estuarine and coastal studies and/or analyses may be required: analyses associated with restoration of bay habitat including changes to hydraulic connectivity, salinity and temperature; investigation and q uantification of hydraulic impacts associated with restoration projects including flood hazard analyses and risk assessment, examining and /or reporting on the integrity of existing structures (including hydrodynamic forces, wave conditions and existing an d potential modes of failure); interpreting surveys of existing projects; developing monitoring and maintenance programs for existing and proposed projects; collecting littoral data; and analyzing water quality/circulation impacts of existing and proposed project. I. Sediment Engineering and Geomorphic Analyses: Conduct of sediment engineering and geomorphic analyses may be required, including but not limited to: watershed sediment yield studies, development of sediment budgets, sediment transport analyses, channe l stability analyses, geomorphic analyses and assessments, assessment of present, future and with project conditions, etc. J. Navigation Project Investigation Channel and harbour facility studies, design and inspection , both recreational and deep draft. Assessment of dredging needs, methods and impacts. K. Physical Hydraulic Modelling Conduct of physical hydraulic modelling studies, at a facility acceptable to the Corps of Engineers, may be required. L. Documentation Documenting studies that have been conducted shall be required, including cataloguing and submittal of all supporting data, clear documentation of methodology and assumptions, and the preparation of portions of Corps reports, as outlined in each individual work order. TYPES OF PROJECTS: Task orders to be issued under this contract may range in scope from a small study to a new project design, to include but not limited to: A. Navigation, to include Channel design, Dredging, Dredge material containment; Harbor structure s, new construction and maintenance. B. Flood damage investigation and inspection, Storm damage reduction, to include: Floodplain delineation, Dams and Reservoirs; Levees, Erosion protection, Beach nourishment; Storm berms, Floodwalls; Coastal flood prote ction, new construction and maintenance. C. Water management and supply. D. Ecosystem Restoration, to include Stream restoration, Wetland restoration and creation. E. Navigation, to include dredging, Dredge material containment; Harbor structures new co nstruction and maintenance. F. Flood damage, Storm damage reduction to include: Floodplain delineation, Dams and Reservoirs; Levees, Erosion protection, Beach renourishment; Storm berms Floodwalls; Coastal protection flood proofing. G. Municipal Water su pply and Sewerage. H. Ecosystem Restoration to include stream restoration, tidal salt marshes restoration; and wetland restoration and creation. Individual task orders may include site investigations, new design work, maintenance and repair type projects and miscellaneous architectural and engineering services associated with work for civil works projects. Individual task orders may require that the Contractor be proficient with the following software, at a minimum: Microsoft Word, Excel, and PowerPoint; HEC-RAS, HEC-HMS, HEC-DSS, HEC-6 ; SAM; Surface Water Modeling System (SMS) models, specifically RMA2-WES, SED2D, ADCIRC, and STWAVE, ArcGIS 9.0 or later, AutoCAD 2004 or later, Microstation Version 8.0 or later, InRoads 8.7 or later and Adobe Acrobat. 3. SELECTION CRITERIA: All submitting firms must be registered with the Central Contractor Registration (CCR); registration can be completed on-line at http://www.ccr.com. Representations and Certifications must be completed electronically via the Online Representations an d Certifications Application (ORCA) website at http://orca.bpn.gov and be no more than 12 months old. No other general notification to firms under consideration for this work will be made, and no further action is required. Personal visits to the S an Francisco District Office will not be scheduled. For SF330s being submitted by Express Mail, the delivery address is: US Army Corps of Engineers, ATTN: Rick Vredenburg, 333 Market Street, San Francisco CA 94105. Contract Specialist for this requiremen t is: Rick Vredenburg, Rick.P.Vredenburg@usace.army.mil, Phone 415/977-8545. Interested firms must provide submittals to the above address no later than 12 February 2007, 2:00 p.m. Pacific Coast time. Submittals after this date and time will not be considered. The selection criteria are listed below in descending order of importance: Evaluation Factors (a) through (d) are of equal importance; factors (e) through (g) are of lesser importance and will be used as tie-breakers among technically equal firms. (a) Specialized experience and technical competence in: (1) The firm must demonstrate specialized and technical competence in types of projects listed in Project Information and Types of Projects; Firms shall provide information listing representative projects in the last five (5) years. (2) Qualified professional experience and technical competence of the proposed staff for the types of projects listed in Project Information and Types of Projects. The evaluation will consider education, training, registration, overall relevant experience and longevity with the firm. Team should include qualified Civil Engineers, licensed in CA, and at least one Structural Engineer, licensed in CA, to assist with structural inspections of harbor facilities and coastal structures. (3) Provide proof of usage of automated design systems (Microsoft Word, Excel, and PowerPoint; HEC-RAS, HEC-HMS, HEC-DSS, HEC-6; SAM; Surface Water Modelling System (SMS) models, specifically RMA2-WES, SED2D, ADCIRC, and STWAVE, ArcGIS, AutoCAD, MicroStat ion, InRoads, and Adobe Acrobat. Additionally responding firms must show computer and Internet capability for accessing the Criteria Bulletin Board System (CBBS) and the Dr.Checks review comment management system. The estimates will be prepared using Corps of Engineers Computer Aided Cost Estimating System (M-CACES) (M IIsoftware provided by Government). (b) Past performance on Corps of Engineers and other contracts with respect to cost control, quality of work and compliance with performance schedules. (c) Capacity to accomplish multiple projects simultaneously at different locations, within the required time and within cost limitations. (d) Knowledge of the locality: Recent relevant experience with respect to coordinating with local, state, and Federal regulatory agencies. (e) Location of the firm in the general geographical area of the San Francisco District office and within the San Francisco Districts geographical boundaries for Civil Work. (f) Volume of DoD contract awards in the last 12 months. (g) Extent of participation of Small Business, Small Disadvantaged Business, HUBZone small businesses, women-owned businesses, service-disabled veteran-owned small businesses, historically black colleges and universities, and minority institutions in the p roposed contract team, measured as a percentage of the total estimated effort. A detailed sub-contracting plan is not required to be sub mitted with the SF 330, however, large business firms must indicate their plan to do s o in block H of the SF 330. San Francisco Districts recommended goal for work intended to be subcontracted is 51.2% for small business. The goal further states t hat of the 51.2% to be subcontracted to small business, 8.8% is for small disadvantaged business (subset to small business), 7.3% is for small business/woman owned (subset to small business), 3.1% for HUBZone small business (subset to small business) and 1 .5% is for Service-Disabled Veteran-Owned Small business (subset to small business). If the selected firm is a large business and submits a plan with lesser goals, it must submit written rationale of why the above goals are not met. 4. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to register on-line (Representations and Certifications must be completed electronically via the Online Representations and Certifications Application (ORCA) w ebsite at http://orca.bpn.gov and be no more than 12 months old) and submit ONE (1) completed SF 330 (6/2004 edition) US Government Architect-Engineer Qualifications for Specific Project for themselves and ONE (1) completed SF 330 Part II (June 2004 editio n) for themselves and one for each of their subcontractors to the office shown above, ATTN: Rick Vredenburg, Contracting Division. The SF 330 shall not exceed 100 pages. Inquiries concerning this project should include solicitation number and title. In block E of the SF 330 provide 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, desi gn engineer, etc). In block D of the SF 330, provide the quality management plan and organization chart for the proposed team. 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. Responses received by the close of business (2:00 pm) on the closing date will be considered for selection. No other notification will be made and no further action is required. Solicitation packages are not provided for A-E contracts. All responsible sources may submit the required SF 330, which shall be considered by the agency. Solicitations packages are not provided. This is not a request for proposal. POINT OF CONTACT: San Francisco District Contracting Division, Rick Vredenburg (415) 977-8545, Rick.P.Vredenburg@usace.army.mil. Place of Performance Address: US Army Engineer District, Sacramento 333 Market Street. San Francisco CA Postal Code: 94105 Country: US
 
Place of Performance
Address: USA Engineer District, San Francisco ATTN: CESPN-CT, 333 Market Street San Francisco CA
Zip Code: 94105-2195
Country: US
 
Record
SN01208883-W 20070112/070110221054 (fbodaily.com)
 
Source
FedBizOpps 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.