SOURCES SOUGHT
C -- $49.9M A-E Hydrology and Hydraulic Multiple Award Task Order Contract (MATOC)
- Notice Date
- 1/17/2024 12:31:43 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W075 ENDIST SACRAMENTO SACRAMENTO CA 95814-2922 USA
- ZIP Code
- 95814-2922
- Solicitation Number
- W91238-23-S-003601
- Response Due
- 1/31/2024 5:00:00 PM
- Archive Date
- 02/15/2024
- Point of Contact
- Barton Kirkpatrick, Phone: 9165577692, barton kirkpatrick, Phone: 9165577692
- E-Mail Address
-
barton.t.kirkpatrick@usace.army.mil, barton.t.kirkpatrick@usace.army.mil
(barton.t.kirkpatrick@usace.army.mil, barton.t.kirkpatrick@usace.army.mil)
- Description
- Sources Sought No. W9123822R0059 Amd. 01 If your company previously responded to Sources Sought W9123823S0036 please update your response by addressing items a through e below. If your company did not respond to the initial �Sources Sought W9123823S0036 announcement please respond as requested in this Sources Sought amendment. SOURCES SOUGHT The Sacramento District intends to award a $49.9M A-E Hydrology and Hydraulic Multiple Award Task Order Contract (MATOC) in accordance with Public Law 92-582 (Brooks Act), FAR 36.6 and the Engineering Pamphlet (EP) 715-1-7. Purpose: The Sacramento District is conducting market research to identify large and small businesses which have the capability to complete/manage multiple projects simultaneously. The requested information will be evaluated for the purpose of determining the capability and availability of Large Businesses as well as Small Businesses and to develop subcontracting goals for the various categories of Small Businesses. The Government is seeking qualified, experienced sources for professional, A -E Services, procured in accordance with PL 92-582 (Brooks Act) and Federal Acquisition Regulation (FAR) Part 36.6, capable of performing the full spectrum of hydrologic and hydraulic engineering analyses for development, design and operation of water resource projects featuring flood risk management and aquatic ecosystem restoration purposes. A specific scope of work and services required will be issued with each task order. The result of these studies/projects will be various reports, such as Hydrology Office Reports, technical appendices to Planning documents, Design Documentation Reports, construction contract Plans and Specifications, and Water Control Manuals. Most of the task orders issued under this MATOC are expected to feature efforts to safely integrate the use of runoff forecasts into updated Water Control Plans/Manuals for multiple reservoir projects within Sacramento District boundaries. The minimum capabilities listed in the Sources Sought announcement for this MATOC that was published on March 28, 2023 (Notice ID W9123823S0036) have been updated below to better reflect the hydrologic engineering capabilities required by these efforts. Minimum capabilities should include the following key areas: a. Development and evaluation of Water Control (i.e. Reservoir Regulation) Plans (WCP) for single and systems of reservoirs applying risk and uncertainty analysis (ER 1105-2-101 and EM 1110-2-1619). b. Statistical analysis and processing of National Weather Service (NWS) Ensemble Forecast Products. c. Evaluation of WCP performance characteristics due to input and operational uncertainty. d. Production of synthetic runoff hydrographs using historic event patterns and flow frequency relationships. e. Identification of critical duration of runoff volumes based on watershed and reservoir routing characteristics. f. Flow-frequency analysis following Water Resources Council Bulletin 17C guidelines, including regional analysis and separation of snowmelt, cloudburst, and general rainstorm floods. g. Rainfall-runoff modeling to develop hypothetical floods and reproduce observed events. h. Development of Probable Maximum Precipitation (PMP) and Probable Maximum Floods (PMF) for dam spillway design. i. Development of unregulated flow from gaged flow data, inflow and diversion records, and stream-flow routings. j. Development of regulated frequency curves from regulation criteria, reservoir routings, and gaged flow data. k. Flow-duration analysis and evaluation of environmental flow regimes. l. Interior drainage and local flow analysis. m. Development of evaporation, seasonal precipitation, and seasonal runoff volumes. n. Sediment and debris yield estimates. o. Hydraulic analysis and multi-dimensional numerical computer and physical modeling of natural, design and constructed conditions including channels, levees and floodplains. p. Design of hydraulic features such as spillways, conduits, diversions, weirs, culverts, streambank erosion countermeasures and aquatic habitats. q. Assessment of fluvial geomorphological conditions, sedimentation trends, channel stability and scour potential in watersheds, streams and drainage systems. r. Determining wind-wave setup and run-up for levee and dam design. s. Perform field surveys to collect data, validate assumptions and ascertain actual physical characteristics of study area. t. Risk and uncertainty analysis of Flood Risk Management systems and projects to estimate flooding probabilities and project performance. u. Preparation of technical documents formatted to COE standards. v. Modeling of reservoir system operations and alternatives including use of Corps Water Management System (HEC-CWMS) software. w. Environmental effects analysis and development of associated documentation in support of NEPA, Endangered Species Act (ESA), and related environmental consultation requirements. This is a SOURCES SOUGHT notice for MARKET RESEARCH ONLY to determine the availability and capability of both Large and Small Business contractors for prime and subcontracting opportunities. If a requirement is a Small Business Set-Aside, then Small Business firms are reminded under FAR 52.219-14 Limitation on Subcontracting that they must self-perform at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of concern for service-type procurement. The North American Industry Classification System (NAICS) code is 541330 which has a small business size standard of $25,500,000.00. The Standard Industrial Code (SIC) is 8711. The Product and Service Code (PSC) is C219. NO AWARD will be made from this Sources Sought The Government intends to award a 5-year Firm Fixed Price Multiple Award IDIQ Contract with Government requirements being competed amongst the MATOC pool and completed as individual Task Orders. The Government must ensure there is adequate competition among the pool of available contractors. Location: These projects will be situated primarily within the range of the Sacramento District's Civil Works boundaries (parts of CA, NV, UT, AZ, CO, WY, ID and OR) but may also be situated �within the Civil Works boundary of the South Pacific Division(CA, NV, UT, AZ). The projects may be in the preauthorization phase, authorized by Congress to proceed to construction, or� conducted under broader USACE Planning or Operations authorities. SUMBISSION REQUIREMENTS FOR SOURCES SOUGHT: Interested statements shall be limited to five pages and shall include the following information: Firm's name, address, point of contact, phone number, and email address. UEI/Cage Code Number. Firm's statement of capability to perform a contract of this magnitude and complexity (include firm's capability to execute A-E services with a similar scope, comparable work performed within the past 5 years, brief description of the project, customer name, timeliness of performance, customer satisfaction and dollar value of the project). Provide at least 3 examples. SF330s SHALL NOT be submitted in response to this sources sought announcement. Firm's Business Size Firm's Joint Venture (existing), including Mentor Prot�g�s and teaming arrangement information is acceptable. Based on the results of this sources sought, there could be multiple synopsis, one for Unrestricted (UR) firms and another for Small Business (SB) firms. Submission of interest to this sources sought announcement is not a prerequisite to any potential future offerings, but participation will assist the Sacramento District in identifying sources with required capabilities. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this announcement. All interested contractors should notify this office in writing by email by 5:00 PM, Pacific Standard Time (PST) on 31 Jan 2024. Submit responses via email to barton.t.kirkpatrick@usace.army.mil. Please include the Sources Sought No. W9123822R0059 Amd. 01 in the subject line.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6e5f3354b69c4e9381f47f9d337943b4/view)
- Place of Performance
- Address: CA, USA
- Country: USA
- Country: USA
- Record
- SN06937653-F 20240119/240117230045 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |