Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 13,1999 PSA#2345

US ARMY ENGINEER DISTRICT, SEATTLE, PO BOX 3755, SEATTLE WA 98124-3755

C -- AE SERVICES FOR HYDRAULIC AND HYDROLOGIC CONSULTING, SEATTLE DISTRICT, CORPS OF ENGINEERS SOL DACW67-99-R-0042 DUE 061499 POC Contract Specialist Leslie J Lovata (206) 764-6865 (Site Code DACA67) WEB: http://www.nws.usace.army.mil/cntrct/, http://www.nws.usace.army.mil/cntrct/. E-MAIL: leslie.j.lovata@usace.army.mil, leslie.j.lovata@usace.army.mil. Provide Hydraulic and Hydrologic Consulting Services for the Pacific Northwest Region of the United States. The A/E will be expected to perform all levels of hydraulic and hydrologic engineering for basin and project planning studies, project design analysis, flood plain analysis, dam safety analysis, and multi-purpose storage project operations. Specific types of work may include, but are not limited to studies determining amount and effect of sediment deposition in reservoirs; sedimentation process analysis of natural and improved channels; hydraulic design studies for fish passage facilities, spillways, outlets, power facilities, canals, navigation locks and high and low velocity channels; studies of ground water, water quality, evaporation and transportation quantities, snowpack accumulation, and snowmelt characteristics. Significant evaluation criteria in descending order of importance are: (1) Specialized experience and technical competence of the firm in the types of work required. The firm should have experience in the Hydrology and Hydraulics field and demonstrate such experience in the past 12 months by completion of investigations requiring application state-of-the-art methodology in areas of structural and fluvial hydraulics, sedimentation analysis, historical and hypothetical rainfall and snowmelt flood simulation, multipurpose water resource project scoping, and hydraulic development. Demonstrate that a significant portion of experience in areas of hydrologic and hydraulic engineering was derived from studies, analyses, and design on rivers and streams with emphasis on Pacific Northwest regions; 2) Professional qualifications of firm's staff and consultants to be assigned to this project, which are necessary for satisfactory performance of required services. Firm should have sufficient on-board staff to perform multiple delivery orders. Staff should consist of professionally registered civil engineers with 5 to 10 years practical work experience in application of hydraulic and hydrologic engineering projects. (In block 4 of form 255 Personnel by Discipline, show entire proposed team by listing personnel employed by the prime in blanks provided, and personnel from consultants in parenthesis); (3) Familiarity and experience with computer applications commonly used for hydraulic and hydrologic engineering analysis; (4) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Capacity of the firm to complete the work in the required time. NOTE: The following criteria are considered secondary factors and will only be used at Final Selection as tie-breakers. (6) Location of the firm in the general geographic area of the project, provided there is an adequate number of qualified firms therein for consideration; (7) Volume and description of work awarded in past 12 months by Dept of Defense to the firm and consultants to be used for this project; and (8) Extent of participation of Small Business (SB), Small Disadvantaged Business (SDB), historically black Colleges and Universities and minority Institutions in the proposed contract team, measured as a percentage of estimated effort. A-E will be required to use M-CACES for cost estimating on this project. The software will be furnished by the Corps of Engineers after contract award. Responding firms should indicate ability to access an electronic bulletin board and automated review management system (ARMS) via modem. Proposed procurement will result in a one-year, fixed price indefinite delivery contract with option to extend for one additional year; delivery order of NTE $500,000 each to be issued as requirements arise. Total contract amount shall not exceed $500,000 per year with a cumulative contract amount not to exceed $1,000,000. Start and completion dates are scheduled for 17 September 1999 and 17 September 2000 respectively. Qualified firms desiring consideration shall submit one copy of SF 255, including organizational chart of key personnel to be assigned to this project, current SF 254, and consultant's current SF 254's. Street address for sending submittals is: 4735 East Marginal Way South, Seattle, WA 98134-2385. No additional project information will be given to A-E firms. Phone calls are discouraged unless absolutely necessary. This project is open to both large and small businesses. It is anticipated that the selected firm will be required to submit a subcontracting plan with its fee proposal if it is a large business. For this procurement, a large business is a concern for which the annual average gross revenue taken for the last three (3) fiscal years exceeds $2.5 million. If a large firm chooses to subcontract, it is recommended that 50 percent of the total planned subcontracting dollars should be placed with Small Business (SB) concerns. It is recommended that 9% of subcontracted dollars go to, Small Disadvantaged Businesses (SDB), and 5% to Women-Owned Small Businesses (WOSB's). WOSB's may not qualify as SDBs for federal contracts. This is not a request for proposal. Posted 05/11/99 (A-SN330291). (0131)

Loren Data Corp. http://www.ld.com (SYN# 0023 19990513\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page