|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 22,1999 PSA#2480Huntington District Corps of Engineers, 502 Eighth Street, Huntington,
WV 25701-2070 C -- INDEFINITE DELIVERY CONTRACT FOR HYDROLOGY AND HYDRAULICS
ENGINEERING SERVICES POC Cheryl D. Parsons, Contract Specialist, (304)
529-5006 Contract Information: Architect-Engineer design services,
procured in accordance with PL 92-582 (Brooks A-E Act) and Far Part 36,
are required for various types of civil works projects within the Corps
of Engineers, Great Lakes and Ohio River Division geographical
boundaries (including all of the states of WI, MI, NY, IN, IL, OH, PA,
MD, WV, KY, VA, TN, NC, AL and GA). One indefinite delivery contract
will be negotiated and awarded, with a base period not to exceed one
year and two option periods not to exceed one year each. The amount of
work in each contract period will not exceed approximately $1,000,000.
An option period may be exercised 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 delivery
orders not to exceed the base contract amount. This contract is
anticipated to be awarded in March of 2000. This announcement is open
to all businesses regardless of size. If a large business is selected
for this contract, it must comply with FAR 52.219-9 regarding the
requirement for a subcontracting plan on that part of the work it
intends to subcontract. The plan is NOT required with this submittal.
Quality Control Plans will also be required at time of award. The wages
and benefits of service employees (see FAR 22.10) performing under the
resulting contract must be at least equal to those determined by the
Department of Labor under the Service Contract Act, as determined
relative to the employee's office location (not the location of the
work) To be eligible for contract award, a firm must be registered in
the DoD Central Contractor Registration (CCR). Register via the CCR
Internet site at http://ccr.edi.disa.mil or by contacting the DoD
Electronic Commerce Information Center at 1-800-334-3414. 2. Project
Information: The work and services to be accomplished will consist of
providing, on an individual delivery order basis, studies necessary for
Corps projects which would include preparation of inundation maps for
potential flooded areas; development and implementation of flood
evacuation plans and flood warning systems (including installation of
required stage/precipitation gages and computer equipment); hydrologic
and hydraulic studies to develop alternative plans for increasing
spillway discharge capabilities at Corps dams; studies for flood
insurance and Local Protection Projects; formulation of lake
sedimentation reports; performance of navigation studies; formulation
of drought contingency plans; and formulation of Water Control
Management Manuals. The work and services may also include general
development of reconnaissance reports; feasibility reports; design
memorandums; and final design, layout, preparation of design
computations, contract drawings, specifications and estimates. Drawings
must be prepared on a CADD System and must be directly compatible with
the Intergraph CADD System or translated at 100% compatibility by the
A-E. The preparation of inundation maps for potential flooded areasat
District projects would include the use of data from topographic maps,
river channel and flood plain cross section and discharge data in
appropriate computer models to prepare maps showing the limits of
inundation in digital format at and below District projects. Hydrologic
and hydraulic studies will be used for development of alternative
structural plans for modifying existing spillways to satisfy current
design criteria with respect to discharge capacity and freeboard. Such
alternatives may include (a) widen the existing spillway; (b) provide
a gated spillway at the existing site; (c) auxiliary spillways; (d)
raise the dam; and (e) combination of the above. Flood insurance
studies would include the use of topographic data, river channel and
flood plain cross sections and discharges to produce 10, 50, 100 and
500 year flood profiles (using step backwater computer models), to
develop flood boundary maps and floodways, to determine flood hazard
factors and to determine flood hazard zones using digital mapping.
Local protection studies would include the development of hydrologic
and hydraulic data necessary to design interior drainage systems
(behind floodwalls) and pumping station facilities and to develop river
channel relocation and/or modification schemes to mitigate local
flooding problems and to determine the upstream and downstream effects
of such schemes. Lake sedimentation reports may include, but would not
be limited to: determine lake bottom profile from fathometer charts or
GPS data; determine lake storage volume in 1 foot vertical increments;
determine original and resurveyed sediment range profiles from
furnished field survey data; compute volume and distribution of
sediment in lake using Corps of Engineers computer programs; determine
rate of sedimentation in lake; prepare report text and exhibits
comparable to previous District Sediment reports describing land usage,
precipitation, reported sediment problems; volume, distribution and
rate of sedimentation; conclusions; recommendations and prepared form
1787 reservoir sediment data summary. Formulation of Water Control
Management Manuals would include the writing of required manuals and
drafting of exhibits in accordance with prescribed format. 3. Selection
Criteria: See Note 24 for a general description of the A-E selection
process. The selection criteria are listed below in descending order of
importance (first by major criterion and then by each sub-criterion).
Criteria a-e are primary. Criteria f-h are secondary and will only be
used as "tie-breakers" among technically equal firms. a. Professional
Qualifications: Qualified Hydrologic/Hydraulic Engineers (the
evaluation will consider experience, education, training, and
registration), b. Specialized Experience and Technical Competence: firm
must demonstrate experience and familiarity with the utilization of HEC
hydrologic and hydraulic computer models (primarily HECRAS, HECHMS,
HECIFH and HEC6), GIS hydrologic/hydraulic computer models using
ARCINFO, current versions of SWMM, multi-dimensional numerical modeling
(TABSMD, etc), Intergraph CADD and the National Weather Service
Dambreak. c. Past Performance: experience with respect to cost control,
quality of work and compliance with performance schedules. d. Capacity
to perform approximately $1,000,000 in work of the required type in a
one-year period. The evaluation will consider the availability of an
adequate number of personnel. e. Knowledge of the Locality: Kentucky,
Ohio, Virginia, North Carolina and West Virginia. This should include
geological, hydrological and hydraulic features. f. Geographic
Proximity: location of the firm in the general geographical area of the
Huntington District, g. Volume of DoD contract awards in the last
12-month as described in Note 24. h. Extent of participation of SB
(including WOSB), SDB, historically black colleges and universities and
minority institutions in the proposed contract team, measure as
percentage of the total estimated effort. 4. SUBMISSION REQUIREMENTS:
See Note 24 for general submission requirements.Interested firms having
the capability to perform the work must submit two copies of SF 255
(11/92 edition) and two copies of SF 254 (11/92 edition) for the prime
firm and all consultants, to the above address not later than the
close of business on the 30th day after the date of this announcement.
If the 30th day is a Saturday, Sunday, or Federal holiday, the
deadline will be the close of business of the next business day.
Include the firm's ACASS number in SF 255, Block 3b. For ACASS
information, call 502-808-4594. Solicitation packages are not provided.
This is not a request for proposal. Posted 11/18/99 (W-SN402097).
(0322) Loren Data Corp. http://www.ld.com (SYN# 0017 19991122\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|