SOLICITATION NOTICE
C -- The U.S. Army Corps of Engineers, Huntington District announces procurement for IDC Contract for Water Resources Engineering Services for the Great Lakes & Ohio River Division. Point of Contact is Ginny Morgan, 304-399-5963.
- Notice Date
- 1/23/2008
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army Engineer District, Huntington, ATTN: CELRH-CT, 502 8th Street, Huntington, WV 25701-2070
- ZIP Code
- 25701-2070
- Solicitation Number
- W91237-08-R-0008
- Response Due
- 2/21/2008
- Archive Date
- 4/21/2008
- Point of Contact
- Ginny Morgan, 304-399-5963
- E-Mail Address
-
Email your questions to US Army Engineer District, Huntington
(ginny.m.morgan@lrh01.usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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 negotiations based on demonstrated competence and qualifications for the required work. Architect-Engineer Water Reso urces Engineering (H&H) services are required for projects assigned to Districts within the U.S. Army Corps of Engineers, Great Lakes and Ohio River Division geographical boundaries to include Buffalo, Chicago, Detroit, Huntington, Louisville, Nashville an d Pittsburgh Districts. The majority of the work under this contract will be done within the boundaries of the Huntington District. If work is required outside the Huntington District, wage rates will be furnished and new line items included by modificati on. One indefinite delivery contract will be negotiated and awarded with a base year and four option years. The contract amount will not exceed $5,000,000.00 over the life of the contract. Work will be issued by negotiated firm-fixed price task orders. The contract is anticipated to be awarded in July of 2008. North America Industrial Classification System (NAICs) code is 541330, which has a size standard of $4,500,000.00 in average annual receipts. This announcement is set-aside for small businesses onl y. Quality Control Plans are required at the time of award. The wages and benefits of service employees (see FAR 22.10) performing under the resulting 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 location (not the location of 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. PROJECT INFORMATION: Work under this contract will include but not limited to: hydrologic and hydraulic studies; flood emergency plans for Corps projects which would include preparation of inundation maps for potential flooded areas under various co nditions; development of and implementation of flood evacuation plans and flood warning systems; studies for flood insurance; formulation of lake sedimentation reports, water quality modeling, data collection and data assessment for District lakes and rive rs; acid mine drainage (AMD) abatement analysis; the formulation of drought contingency plans; the formulation or revision of Water Control Management Manuals. The work and services may also include general development of reconnaissance reports; feasibili ty reports; design documentation reports; and final design, layout, preparation of design computations, contract drawings, specifications and estimates. SELECTION CRITERIA: The selection criteria for this particular contract are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A trough F are primary. Criteria G-H are secondary and will only be used as a tie-breaker among firms that are essentially technically equal. A. Specialized Experie nce and Technical Competence: The firm must demonstrate specialized experience and technical competence in: 1. Successfully managing and performing broadly scoped water resources engineering projects; 2. The utilization of the Hydrologic Engineering Cente r hydrologic and hydraulic computer models (primarily HEC-HMS, HEC-RAS, RESSIM, HEC-DSS VUEHEC-FFA, HEC-SSP, HEC-IFH, HEC-FDA, and CWMS), Geographic Information System (GIS) hydrologic computer models using ArcINFO, ArcVIEW, ArcGIS along with appropriate e xtensions, such as GeoHMS, GeoRas, 3D Analyst and Spatial Analyst and utilizing the Tri-Service Spatial Data Standards; 3. Performing Hydrologic and Hydraulic Studies including flood insurance studies; 4. Preparation of inundation maps for potential flood ed areas downstream of District dams, under various emergency conditions, would include use of data from topographic maps and river channel and flood plain cros s-sections and discharge data in appropriate computer models; 5. Development of and implementation of flood evacuation plans and flood warning systems; 6. Preparation of lake sedimentation reports that include lake bottom profile from fathometer charts or GPS data; determination of lake storage volume in one foot vertical increments; evaluation of original and resurveyed sediment range profiles from furnished field survey data; computation of volume and distribution; determine rate of sedimentation; and rep ort preparation; 7. Performing water quality modeling and data assessments to determine temperature, dissolved oxygen and chemical characteristics of lakes and downstream reaches of rivers below projects using CEQUALW2, BASINS, and QUAL2E software. Collec t water quality data that include but not limited to benthic and fish surveys; 8. Preparation of drawings and sketches in a CADD system in accordance to the A,E,C CADD Standards and directly compatible with Microstation CADD. The selection criteria for Sp ecialized Experience and Technical Competence are listed above in descending order or importance. On the SF 330, cite whether the experience is that of the prime, joint venture partner or subcontractor. Work cited that is experience of the prime (or joint venture) from an office other than the main office shall also be labeled. B. Professional Qualifications: Qualified professional personnel in the following areas: project management, engineering disciplines such as hydraulic, hydrologic, civil, and en vironmental; aquatic biologists; environmental scientists; hydrogeologists; GIS Specialists; CADD Specialists; technicians; surveyors. Registration, licensure, or certification as required by law and regulations of the appropriate state (Kentucky, Ohio, Vi rginia, North Carolina and West Virginia) will be necessary. Submitting firms should demonstrate the education, training, registration, overall and relevant experience, and longevity with the firm of key management and technical personnel. C. Past Experi ence: Past Performance on DoD and other water resources engineering (Hydrologic and Hydraulic) contracts with respect to cost control, quality of work and compliance with performance schedules, as determined from PPIRS and other sources. The Past Perform ance Information Retrieval System (PPIRS) is the primary source of information on past performance. However, any credible, documented evaluations may be considered, but the government is not required to seek other information on the past performance of a f irm if none is available from PPIRS. D. Capacity: Capacity of the firm to perform $1,000,000 in work of the required type in a one-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines. Include an organization chart of the key personnel to be assigned to the project. Firms should demonstrate strong ability to provide comprehensive program and project management for complex work; strong ability to provide comprehensive technical support; ability to provide necessary personnel for expedited, complex and unexpected work; ability to initiate, manage and complete multiple concurrent delivery orders; ability to meet unforeseen schedule changes and maintain delivery of a quality product on a timely sch edule. E.Knowledge of the Locality: Submitting firms should demonstrate knowledge of the geographical hydrologic and hydraulic features for Kentucky, Ohio, Virginia, North Carolina and West Virginia. F. Small Business (SB) Participation: The extent of SB, small disadvantaged business (SDB), woman-owned small business (WO), HUBZone small business (HUBZ), service-disabled veteran owned small business (SDVOSB), historically black colleges and universities (HBCU), and minority institutions (MI) will be m easured as a percentage of the total anticipated contract effort, regardless of whether the SB, SDB, WO, HUBZ, SDVOSB, HBCU or MI is a prime contractor, subcont ractor, or joint venture partner. G. Geographic Proximity: Location of the firm in the general geographical area of the Huntington District headquarters. H. Equitable Distribution of DOD Contracts: Volume of DOD A-E contract awards in the last 12-months with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including small business and small disadvantaged businesses. SUBMISSION REQUIREMENTS: Responses shall reference the solicitation number assigned to this procurement on the face of the envelope/package containing the proposal. Interested firms having the capability to perform this work must submit two copies of SF 330 Part I and two copies of SF 330 Part II for the prime firm and all consultants to the abo ve address no later than 4:30 p.m. on February 21, 2008. Include the firms DUNS number in SF 330, Part II, Block 4. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given t o firms during the announcement period. This is not a proposal. The POC for this procurement is Ginny.M.Morgan@usace.army.mil at 304-399-5963.
- Place of Performance
- Address: USACE, Huntington District CELRH-CT, 502 8th Street Huntington WV
- Zip Code: 25701-2070
- Country: US
- Zip Code: 25701-2070
- Record
- SN01491045-W 20080125/080123224537 (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 |