SOLICITATION NOTICE
C -- INDEFINITE DELIVERY TYPE (IDT) CONTRACT FOR HYDRAULIC/HYDOROLOGICAL ENGINEERING, MODELING, DESIGN AND ASSOCIATED ENGINEERING SUPPORT SERVICES FOR THE VICKSBURG DISTRICT INVOLVING PROJECTS AT VARIOUS NATIONWIDE LOCATIONS
- Notice Date
- 8/18/2014
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USACE District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
- ZIP Code
- 39183-3435
- Solicitation Number
- W912EE-14-O-0001
- Response Due
- 9/18/2014
- Archive Date
- 10/18/2014
- Point of Contact
- Janalyn H. Dement, 601-631-5354
- E-Mail Address
-
USACE District, Vicksburg
(janalyn.h.dement@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Title: INDEFINITE DELIVERY TYPE (IDT) CONTRACT FOR HYDRAULIC/HYDOROLOGICAL ENGINEERING, MODELING, DESIGN AND ASSOCIATED ENGINEERING SUPPORT SERVICES FOR THE VICKSBURG DISTRICT INVOLVING PROJECTS AT VARIOUS NATIONWIDE LOCATIONS. This Pre-solicitation Notice is for interested firms to submit their SF 330 by September, 18, 2014, 1600 hours, CST. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. This is not a Request for Proposal. 1. CONTRACT INFORMATION: SF 330s are due by Close of Business on 18 September 2014. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The work consists of professional A-E services required for performing Hydraulic and Hydrologic Modeling, Geographic Information Systems (GIS) and mapping, economic consequences assessment, Corps Water Management System (CWMS), CWMS Control and Visualization Interface (CAVI) integration, documentation, and other related engineering services to support requirements of the U.S. Army Corps of Engineers (USACE) Modeling, Mapping, and Consequences (MMC) Production Center. The scope of these services and project locations are nationwide. Up to three (3) indefinite delivery contracts may be negotiated and awarded as a result of this solicitation. Each contract will have a base period and four option periods. The contract base period will be 365 days from the date of contract award or exhaustion of the contract value of $5.0 million, whichever comes first. The period of any option will be 365 days from the date the Contracting Officer signs the exercise of the option or until exhaustion of the contract value of the option or until exhaustion of the contract value of $5.0 million, whichever comes first. An option period may be exercised at the discretion of the Contracting Officer when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. Work will be issued by negotiated firm-fixed price or labor-hour task orders. It is anticipated that the estimated workload for each performance period will be $1.0 million. The cumulative total of Task Orders issued over the life of the contract shall not exceed $5.0 million. Allocation of Task Orders will be based on specialized experience, past performance, project schedules, and/or current workload. Contract award is anticipated in February 2015. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR52.219-9 regarding the requirement for a subcontracting plan. The FY 2015 preliminary subcontracting goals for the Vicksburg District are: (1) at least 40 percent of a contractor's intended subcontract amount to be placed with small businesses (SB) including small disadvantaged businesses (SDB), women-owned small business (WOSB), and service-disabled Veteran-owned small business; (2) at least 3.0 percent of a contractor's intended subcontract amount to be placed SDB; (3) at least 7.0 percent of a contractor's intended subcontract amount to be placed with WOSB; (4) at least 3.0 percent of a contractor's intended subcontract amount be placed with service-disabled Veteran-owned small business; (5) at least 2.0 percent of a contractor's intended subcontract amount be placed with Veteran-owned small business; and (6) at least 1.0 percent of a contractor's intended subcontract amount be placed with HUBZone small business. Effective 14 July 2014, the small business size standard for A-E services (NAICS Code 541330) is $15 million. Subcontracting intentions are to be outlined in the SF 330. 2. PROJECT INFORMATION: The U.S. Army Corps of Engineers (USACE) Dam Safety Program and Office of Homeland Security (OHS) have tasked the Hydraulics, Hydrology, and Coastal Engineering (HH&C) Community of Practice to develop, on an expedited schedule, dam break flood inundation mapping for USACE inventory of 700 plus water resources projects (dams). The MMC Production Center was also charged with supporting the USACE Critical Infrastructure Protection and Resilience (CIPR) program, Dam Safety and Levee Safety program, and the HH&C community in producing H&H CWMS suites of models for all 212 USACE operational watersheds. These efforts will support national critical infrastructure protection responsibilities led by USACE under the USACE CIPR program and the Dam Safety and Levee Safety portfolio development led by the Risk Management Center (RMC). The USACE's vision is to achieve a safe, secure, and more resilient Corps civil works infrastructure by enhancing its protection in order to prevent, deter, or mitigate the potential for dam and levee failure and improve preparedness, response, and rapid recovery in the event of an attack, natural disaster, and other emergencies. A major initiative within this effort involves the development of updated CWMS suite of models, dam break flood hydraulic models, inundation mapping, and consequence estimates. Other components of this initiative include: CWMS CAVI development and Report Generation Interface (REGI)implementation to support daily H&H water management activities. CWMS CAVI is the interface that contains the four main modeling components (HMS, ResSim, RAS, and FIA) and oversees and controls the operation of the models as they work together in the system. REGI is an interface that uses the information in the CWMS database to display reports, charts/graphs, and other information such as performing simple calculations. Support for the Flood Inundation Mapping (FIM) Cadre. Applying and testing H&H modeling and GIS mapping capabilities. Identify standard scenario conditions as a foundation for Dam Safety Emergency Action Plans (EAPs) mapping requirements. Incorporate into USACE inundation maps guidance for above normal operational dam control conditions. Leverage H&H modeling and GIS mapping capabilities and resources via close coordination with USACE Dam Safety Directorate of Expertise (DX). This program is managed out of the Vicksburg District. To accomplish program requirements it is necessary for the Vicksburg District to staff numerous H&H production teams consisting of members from across the Corps, and to augment these resources with engineering contracts. These teams consist of hydraulic engineers, GIS specialists, and economists and are currently named as the USACE Mapping, Modeling and Consequence Team (MMC). Contracted work will be for the U.S. Army Corps of Engineersand other Federal agencies. Services of qualified A-E firms are sought to provide modeling, mapping, and consequences assessment production services, support in developing engineering documentation and procedures, and performing review of products developed by MMC production teams. The Contractor will work closely with USACE modeling, mapping, and consequences leads to improve processes, efficiency, and productivity. Projects to be performed or reviewed by the Contractor will be selected by the USACE technical leads. 3. SELECTION CRITERIA: Pre-selection will be based on the following considerations, which are listed in descending order of importance. Criteria A thru D are primary. Criteria E thru G are secondary and will only be used as a quote mark tie- breaker, quote mark if necessary, in ranking the most highly qualified firms. The firm (either in house or through association with a qualified consultant(s)) must demonstrate: (A) Specialized experience and technical competence of the firm and consultants in the work described in items i-vii below. (i) H&H experience in producing hydraulic modeling, mapping, and consequence analysis via utilization of such software as HEC-RAS, HEC-GeoRAS, HEC-HMS, HEC-GeoHMS, HEC-ResSim, CWMS CAVI, REGI, FLO-2D, HEC-FIA, ARC-GIS; (ii) experience in the operation, design, and general knowledge of large scale basins, dams, rivers, and water control structures; (iii) experience in processing and delivering large scale hydraulic modeling and GIS data for numerous simultaneous projects; (iv) experience in developing consistent and scalable suite of hydraulic models for basins and dams capable of providing consistent and reliable estimation of the risks to society from damaging releases from dams, extreme floods, or failures due to natural disasters, flaws, or attacks; (v) experience in developing consistent mapping for delineation of flooded areas used to compute scalable consequence data that will provide consistent consequence estimates of Population at Risk (PAR), Potential Loss of Life (LoL), and Estimated Dollars impacts (vi) experience in developing consistent mapping for Emergency Action Plans (EAP) that shows delineation of flooded areas and/or GIS products to minimize societal impacts from damaging releases from dams; and (vii) experience in developing and documenting consistent standards for GIS, Consequence, and Modeling & Mapping standards. (B) Professional qualifications: The firm must indicate professional registration and work experience of key personnel. The firm should emphasize professional registrations, advanced degrees, certifications, and specific work experience of key personnel in Project Managers, hydrologic and hydraulic engineering, GIS/cartography, Economics, and Technical Writing/Editing. The selected firm should also indicate adequate management personnel with required qualifications and experience to assure prompt response to assignments. (C) Capacity to Accomplish the Work: The firm should indicate the ability to perform numerous projects at the same time regardless of unexpected equipment breakdowns, and/or personnel problems; and complete work in a timely manner. (D) Knowledge of the USACE operational basins and water control structure inventory. (E) Past Performance: Consideration will be given to ratings on previous DoD contracts for engineering services. (F) 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 SB and SDB. Firms should cite all contract numbers, award dates and total negotiated fees for any DOD contract awarded within the last 12 months. Include delivery orders awarded your firm by DOD agencies within the last 12 months under indefinite delivery type contracts. Modifications to contracts or task orders that were awarded prior to the last 12 months need not be listed. (G) Extent of participation of SB, SDB, historically black colleges and universities (HBCU), Women owned Small Businesses (WOSB), Service Disabled veterans (SDV), and minority institutions (MI) in the contract team. Participation will be measured as the greater the participation, the greater the consideration. In the final selection process, the most highly qualified firms will be interviewed and must demonstrate the ability to perform to the satisfaction of the MMC. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities for this work must submit one paper copy and one electronic copy (in PDF format submitted on a CD) of SF 330 along with a copy of part II of each sub-consultant's SF 330 to: U.S. Army Engineer District, Vicksburg, ATTN: Technical Services (CEMVK EC TE), 4155 E. Clay St. Vicksburg, Mississippi 39183-3435, no later than 1600 hours, CST, on 18 September 2014. Include both the solicitation number and the company's DUNS number on all submittals. Additional copies will be discarded without being reviewed. Note the following restrictions on submittal of SF330; Block E - Resumes of key persons, specialist and individual consultants anticipated for this project will be limited to a maximum of 20 pages (one side). Block H-Additional information will be limited to a maximum of 20 pages (one side). Pages in excess of the maximum of 20 will be discarded and not used in evaluation. All telephone calls should be directed to Ms. Michelle Moore, (601) 631-5139. APPOINTMENTS WILL NOT BE SCHEDULED TO DISCUSS THIS ANNOUNCEMENT. This is not a Request for Proposal. A fee proposal will be requested at a later date. Along with the fee proposal, the selected firm (if a large business) will be required to submit a Subcontracting Plan in accordance with FAR 19.702. The objective of the plan is to offer subcontracting opportunities to small business concerns and small disadvantaged business concerns to the maximum practicable extent consistent with the efficient performance of the contract. The subcontracting plan shall separate percentage goals composed of direct cost, indirect costs, or a combination of the two for using small and small disadvantaged business subcontractors. Include DUNS number in SF 330. ****NOTE: Contractors must be registered in the System for Award Management (SAM), for information see http: www.sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-14-O-0001/listing.html)
- Place of Performance
- Address: USACE District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
- Zip Code: 39183-3435
- Zip Code: 39183-3435
- Record
- SN03468491-W 20140820/140818234907-b329e074fed4ad0ee002b6874522d2e8 (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 |