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