SOLICITATION NOTICE
C -- Indefinite Delivery Type Contract for Hydraulic/Hydrological Engineering, Modeling, Design and Associated Engineering Support for Modeling, Mapping and Consequences (MMC) Production Center Involving Projects at Various Nationwide Locations
- Notice Date
- 1/28/2025 11:06:35 AM
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W07V ENDIST VICKSBURG VICKSBURG MS 39183-3435 USA
- ZIP Code
- 39183-3435
- Solicitation Number
- W912EE25O0002
- Response Due
- 2/18/2025 12:00:00 PM
- Archive Date
- 03/05/2025
- Point of Contact
- Haleigh Erwin, Phone: 6016317905, Robert Ellis Screws, Phone: 6016317527
- E-Mail Address
-
Haleigh.J.Erwin@usace.army.mil, Ellis.Screws@usace.army.mil
(Haleigh.J.Erwin@usace.army.mil, Ellis.Screws@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- **ProjNet Information can be found in #5 1. CONTRACT INFORMATION: This Pre-solicitation Notice is for interested firms to submit their SF 330 by February 18, 2025, 14:00 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 (RFP). The services to be procured under this announcement are classified in North American Industry Classification System Code 541330 Engineering Services with a small business size standard of $25.5M. This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. One Indefinite Delivery Contract (IDC) will be negotiated and awarded from this solicitation. Work will be accomplished under an IDC base, with a performance period of five (5) years. Work will be issued by negotiated firm fixed-price or labor-hour task orders. The cumulative total of Task Orders issued over the life of the contract shall not exceed a capacity of $5.0 million. This IDC contract will have a $1,000 minimum guarantee. Allocation of Task Orders will be based on specialized experience, past performance, project schedules, and/or current workload. 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. 2. PROJECT INFORMATION: The U.S. Army Corps of Engineers (USACE) Dam and Levee Safety Programs and the Office of Homeland Security (OHS) have tasked the MMC to develop, on an expedited schedule, dam break flood inundation modeling and mapping for USACE inventory of 700 plus water resources projects (dams). These efforts will support national critical infrastructure protection responsibilities led by USACE under the Dam Safety and Levee Safety programs portfolio development and undergo risk assessments led by the Risk Management Center (RMC). The MMC Production Center was also charged with supporting the Hydraulics, Hydrology, and Coastal Engineering (HH&C) Community of Practice community in producing H&H CWMS suites of models for all 201 USACE operational watersheds. The USACE's vision is to achieve a safe, secure, and more resilient Corps civil works infrastructure by enhancing its protection 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 CWMS suite of models, dam break flood hydraulic models, inundation mapping, and consequence estimates. Lastly, the MMC Production Center also is currently supporting FEMA with its methodology development and production for its Future of Flood Risk Data (FFRD) initiative. Components of the initiatives above include: CWMS CAVI development and 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. Additional components may include REGI and MetVue. 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. MetVue is a tool that facilitates viewing and manipulation of meteorological datasets as well as performing a variety of computations and analyses, including temporal and spatial aggregation of datasets and areal average computations. HMS, ResSim, RAS, FIA, and CAVI improvements to support District implementation of CWMS, and the production of specified inundation map layers. Development of static map libraries and consequences for the Rapid Inundation Mapping (RIM) Builder in accordance with MMC Standard Operating Procedures (SOP). This shall include one-dimensional, two-dimensional, and integrated one/two dimensional hydraulic models from CWMS, over a variety of specified hydraulic scenarios. Support for the Flood Inundation Mapping (FIM) Cadre, including the development of two dimensional modeling efforts and consequence models. Development of updated dam and/or levee break flood models, inundation mapping, and consequence estimates using HEC-RAS and LifeSim in accordance with MMC Standard Operating Procedures (SOP). This shall include one-dimensional, two-dimensional, and integrated one/two dimensional hydraulic model efforts, over a variety of specified hydraulic scenarios. Applying and testing H&H modeling, statistical 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. Support in the preparation and update of Water Control Manuals (WCM) for dams within USACE, to include authoring chapters of the water control manual, graphs, plots, maps, tables, research, editorial support, printing, and preparation of electronic and paper documents. Creation of custom GIS/Geospatial tools for use in the automation of MMC mapping production work flows and H&H data analysis. Leverage H&H modeling and GIS mapping capabilities and resources via close coordination with USACE Risk Management Center (RMC), Levee Safety Center (LSC), Mapping Modeling and Consequences Production Center (MMC) and/or Dam Safety Modification Center (DSMC). The H&H, Statistical, and Geospatial aspects of Levee Safety Engineering and Design Services including support of site characterization studies, engineering evaluations and analyses in support of hydrologic (e.g. Inflow Design Flood), consequence studies, levee screenings, feasibility studies, preliminary designs, value engineering, constructability reviews, or other analyses or studies related to the levee safety programs. These services shall include evaluation of bridges, gates, spillways, pumping stations and other appurtenant structures attached to levees as necessary to characterize the project as a whole. The H&H, Statistical, and Geospatial aspects of risk analysis services involving risk methodology and policy development, quantitative and screening-level risk analyses for dams and levees, issue evaluation studies, existing condition risk assessments, periodic assessments, determination of total and incremental risk reduction benefits that can be realized from corrective actions, report preparation and other risk related studies and evaluations under the levee safety program. H&H, Statistical, and Geospatial technical review services including subject matter expert or independent external peer reviews of reports, studies, risk analyses, risk assessments, design documents, construction drawings and specifications, construction cost estimates, constructability reviews, and physical construction. Development of two-dimensional HEC-RAS models at the HUC-4 watershed level as will be defined by the SOP to support FEMA�s FFRD initiative. 3. SELECTION CRITERIA: Selection will be based on the following considerations, which are listed in descending order of importance. Criteria A thru E are primary. Criteria F is secondary and will only be used as a �tie- breaker,� 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: List no more than 10 projects that best illustrate current qualifications, relevant project 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-HMS, HEC-ResSim, CWMS CAVI, , , HEC-FIA, HEC-LifeSim, HEC-MetVue, ArcGIS Pro; (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 a 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 Life Loss (LL), 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; (vii) experience in developing and documenting consistent GIS, consequence, and modeling & mapping standards; and (vii) experience performing GIS enterprise systems implementation projects to include activities such as planning, requirements, design, programming, implementation, support, and application hosting within the ESRI technology environments. (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. Consideration will be given to 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. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities for this work must submit one electronic copy (in PDF format) of SF 330 along with a signed copy of part II of each sub-consultant�s SF 330 to: MVKAECoordinator@usace.army.mil and Haleigh.J.Erwin@usace.army.mil no later than 2:00 PM Central on 18 February 2025. Include both the solicitation number and the company�s Unique Entity ID number on all submittals. Include Unique Entity ID numbers in Block 9 for all firms listed in the SF 330. Note the following restrictions on submittal - Resumes of key persons, specialists and individual consultants (Section E) anticipated for this contract will be limited to a maximum of 20 typed pages. Pages in excess of the maximum of 20 will be discarded and not used in the evaluations. Additional information (Section H) will be limited to a maximum of 20 pages. All telephone calls should be directed to Ms. Michelle Moore, (601) 631-5139 or email michelle.moore@usace.army.mil. *** APPOINTMENTS WILL NOT BE SCHEDULED FOR THE PURPOSE OF DISCUSSING THIS ANNOUNCEMENT *** This is not a Request for Proposal (RFP). A fee/price solicitation will be issued at a later date, to the firm determined to be the most highly qualified. NOTE: Contractors must be registered in the System for Award Management (SAM), for information see http: www.sam.gov. 5. All Technical inquiries and questions related to this solicitation shall be submitted via ProjNet. Technical inquiries and questions relating to this solicitation are to be submitted via bidder inquiry in ProjNet at (https://www.projnet.org). Bidders are encouraged to submit questions 5 days prior to bid opening to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. To submit and review inquiry items, prospective vendors will need to use the bidder inquiry key presented below and follow the instructions listed below the key for access. A prospective vendor who submits a comment /question will receive an acknowledgement of their comment/question via email, followed by an answer to the comment/question after it has been processed by our technical team. All timely questions and approved answers will be made available through ProjNet. The solicitation number is: W912EE25O0002 The bidder inquiry key is: NTHBHT-I56C4T Specific instructions for ProjNet bid inquiry access: 1. From the ProjNet home page linked above, click on quick add on the upper right side of the screen. 2. Identify the agency. This should be marked as USACE. 3. Key. Enter the bidder inquiry key listed above. 4. Email. Enter the email address you would like to use for communication. 5. Click continue. A page will then open saying that a user account was not found and will ask you to create one using the provided form. 6. Enter your first name, last name, company, city, state, phone, email, secret question, secret answer, and time zone. Make sure to remember your secret question and answer as they will be used from this point on to access the ProjNet system. 7. Click add user. Once this is completed you are now registered within ProjNet and are currently logged into the system. Specific instructions for future ProjNet bid inquiry access: 1. For future access to ProjNet, you will not be emailed any type of password. You will utilize your secret question and secret answer to log in. 2. From the ProjNet home page linked above, click on quick add on the upper right side of the screen. 3. Identify the agency. This should be marked as USACE. 4. Key. Enter the bidder inquiry key listed above. 5. Email. Enter the email address you used to register previously in ProjNet. 6. Click continue. A page will then open asking you to enter the answer to your secret question. 7. Enter your secret answer and click login. Once this is completed you are now logged into the system.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/39c99d85707f453eb5f8d544ab53e589/view)
- Place of Performance
- Address: Vicksburg, MS 39180, USA
- Zip Code: 39180
- Country: USA
- Zip Code: 39180
- Record
- SN07324938-F 20250130/250128230104 (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 |