SOLICITATION NOTICE
C -- INDEFINITE DELIVERY CONTRACT FOR WATER RESOURCES ENGINEERING SERVICES FOR THE GREAT LAKES AND OHIO RIVER DIVISION
- Notice Date
- 9/21/2012
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USACE District, Huntington, ATTN: CELRH-CT, 502 8th Street, Huntington, WV 25701-2070
- ZIP Code
- 25701-2070
- Solicitation Number
- W91237-12-R-0009
- Response Due
- 10/23/2012
- Archive Date
- 12/22/2012
- Point of Contact
- Cynthia Oxley, 304.399.5337
- E-Mail Address
-
USACE District, Huntington
(cynthia.a.oxley@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act (PL 92-582) as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. The U.S. Army Corps of Engineers, Huntington District, proposes to obtain the services for an Indefinite Delivery Indefinite Quantity Architect-Engineer (A/E) contract for Water Resources Engineering Services. Water Resources Engineering services are primarily required for projects assigned to Districts within the U.S. Army Corps of Engineers, Great Lakes and Ohio River Division but may also include work for the Great Lakes and Ohio River Dam Safety Production Center and Mandatory Center of Expertise. The District and Division boundaries are shown at http://www.lrh.usace.army.mil. The majority of the work under this contract will be done within the boundaries of the Huntington District. One indefinite delivery contract will be negotiated and awarded with a base year and four option year periods. The contract 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 February 2013. North American Industrial Classification System (NAICs) code is 541330, which has a size standard of $14,000,000.00 in average annual receipts. This announcement is open to small businesses only. To be considered eligible for set-aside procedures, firms must clearly indicate on their SF 330 appropriate certification as a small business (self certification). This contract will include FAR Clause 52.219-14 "Limitations on Subcontracting", which requires at least 50% of the cost of contract performance incurred for personnel to be expended for employees of the prime contractor. Quality Control Plans will be required upon award. To be eligible for contract award, a firm must be registered in the System for Award Management (SAM) website. Register via the SAM Internet site at http://www.sam.gov or by contacting the SAM Help Desk at 1-866-606-8220. 2. PROJECT INFORMATION: The A-E services to be provided under this contract will will include but not be limited to: hydrologic and hydraulic modeling and studies; flood emergency plans for Corps projects which would include preparation of inundation maps for potential flooded areas under various conditions; development of and implementation of flood evacuation plans and flood warning systems; formulation of lake sedimentation reports, water quality modeling, data collection and data assessment for District lakes and rivers; acid mine drainage (AMD) abatement analysis; the formulation of drought contingency plans; the formulation or revision of Water Control Management Manuals; levee certifications; periodic inspections/assessments for dams and levees. The work and services may also include general development of reconnaissance reports; feasibility reports; risk analysis; modification studies; design documentation reports; and final design, layout, preparation of design computations, contract drawings, specifications and estimates. 3. SELECTION CRITERIA: The selection criteria for this particular contract are listed below in descending order or importance (first by major criterion and then by each sub-criterion). Criteria A through E are primary. Criteria F is a secondary factor and will only be used as a "tie-breaker" among firms that are essentially technically equal. A. Specialized Experience and Technical Competence: The firm must demonstrate specialized experience and technical competence in the areas listed below. The criteria are listed in descending order of 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 be so labeled. (1) Successfully managing and performing broadly scoped water resources engineering projects (dam safety, flood damage reduction and navigation, etc.); (2) Utilization of the Hydrologic Engineering Center hydrologic and hydraulic computer models (primarily HEC-HMS, HEC-RAS, RESSIM, HEC-DSS VUE, HEC-FFA, HEC-SSP, HEC-IFH, HEC-FIA and HEC-FDA), STELLA, Geographic Information System (GIS) hydrologic computer models using ArcINFO/ArcMAP/ArcGIS along with appropriate extensions, such as GeoHMS, GeoRas, 3D Analyst, and Spatial Analyst and utilizing the Tri-Service Spatial Data Standards; (3) Performing Hydrologic and Hydraulic Studies including risk analysis; (4) Preparation of inundation maps for potential flooded areas downstream of Corps of Engineers dams, under various emergency conditions, would include use of data from topographic maps and river channel and flood plain cross-sections and discharge data in appropriate computer models; (5) Development of and implementation of flood evacuation plans and flood warning systems; (6) Performing water supply studies; (7) Formulation or revision of Water Control Manuals; (8) 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. Collect water quality data that include but not limited to benthic and fish surveys; (9) Preparation of drawings and sketches in a CADD system in accordance to the A/E/C CADD Standards and directly compatible with Microstation CADD. In addition, a brief Management Plan including an explanation of the firms' management approach, management of subcontractors (if applicable), quality control procedures and an organizational chart showing the interrelationship of management and various team components (including sub-contractors) shall be included. B. Professional Qualifications: Qualified professional personnel in the following areas: engineering disciplines such as hydraulic, hydrologic, civil, and environmental engineers; aquatic biologists; environmental scientists; GIS Specialists; CADD Specialists; technicians. Registration, licensure, or certification as required by law and regulations of the appropriate state (Kentucky, Ohio, Virginia 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. As a condition for award of this contract, Certificates of Authorization (COA) permit or registration, whichever is applicable, for the prime and each subcontractor firms shall be required for the States of: Kentucky, North Carolina, Ohio, Virginia and West Virginia. The COA is not required until the firm has received notification that they have been selected for the contract. Note that if work is performed outside the boundaries of the Huntington District, the registration and COA requirements will be required for the area in which the work is being performed and must be obtained prior to the work being initiated. C. Past Performance: 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 Performance 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 firm if none is available from PPIRS. D. Capacity to perform approximately $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 task orders; ability to meet unforeseen schedule changes and maintain delivery of a quality product on a timely schedule. E. Knowledge of the Locality: Submitting firms should demonstrate knowledge of the geographical hydrologic and hydraulic features for Kentucky, Ohio, Virginia and West Virginia. F. Volume of DoD Contract Awards: 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 SB and SDB. 4. SUBMISSION REQUIREMENTS: Interested firms having the capability to perform this work must submit two copies of a current completed Standard Form 330 Part I and two copies of SF 330 Part II for the prime firm and all consultants to the above address no later than 4:30 p.m. on October 23, 2012. The SF 330, Part I shall not exceed 50 pages (8.5" x 11"), excluding resumes, including no more than 5 pages for Section H. Each side of a sheet of paper is a page. Use no smaller than 12 font type. Include the firm's DUNS number in SF 330, Part II, Block 4. Facsimile or electronic transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. Responses shall reference the solicitation number assigned to this procurement on the face of the envelope/package containing the proposal. This is not a request for proposal. The Contract Specialist responsible for this procurement is Cynthia A. Oxley (Cynthia.A.Oxley@usace.army.mil)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA69/W91237-12-R-0009/listing.html)
- Place of Performance
- Address: USACE District, Huntington ATTN: CELRH-CT, 502 8th Street Huntington WV
- Zip Code: 25701-2070
- Zip Code: 25701-2070
- Record
- SN02893997-W 20120923/120922001312-680e9218bb1d92189cc9166e79699f2c (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 |