COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 14, 2001 PSA #2788
SOLICITATIONS
C -- INDEFINITE DEFLIVERY, INDEFINITE QUANTITY CONTRACTS FOR STUDIES, REPORTS, AND/OR DESIGNS OF VARIOUS WATER RESOURCES PROJECTS WITHIN THE SOUTH PACIFIC DIVISION!!
- Notice Date
- February 12, 2001
- Contracting Office
- USAED, Sacramento, Corps of Engineers, Attn: A-E Negotiations Section, 1325 J Street, Room 1079, Sacramento, CA 95814-2922
- ZIP Code
- 95814-2922
- Solicitation Number
- DACW05-01-R-0011
- Response Due
- March 19, 2001
- Point of Contact
- Mr. Stanley Shibata, Unit Leader, A-E Negotiations Unit, (916) 557-7470
- Description
- This contract will be primarily used as an extension of the Sacramento District Corps of Engineer's Hydraulic Design Section technical capabilities. The main emphasis will be on hydraulic designs and analyses, river engineering, floodplains analyses and delienations, sediment engineering, and fluvial geomorphology but capabilities in other disciplines such as GIS (Geographic Information Systems), Groundwater, Computer Aided Drafting and Design (CADD), and Topographic and Hydrographic Surveys are also important elements of the contract. These designs, analyses, and services are required within the Sacramento and San Joaquin River drainage basins and at other locations within the South Pacific Division boundaries. A specific scope of work and services required will be issued with each task order. The end result of these studies/projects will be designs. This work will include all architectural-engineering (A-E) and related services necessary to complete the design and A-E services during the construction phase and the operations and control phase. The NAICS code is 541310 with business size standard of maximum $4 million of average annual receipts for its preceding 3 fiscal years. The contractor shall be responsible for designs and drawings using computer-aided design and drafting (CADD) and delivering the three dimensional drawings in the latest version (currently Version 7.01) of MicroStation SE or J software and the latest version of Windows NT (currently Version 4.0) electronic digital format. The Government will only accept the final product in full operational status, without the need for conversion or reformatting, in the latest MicroStation format and on the target platform specified herein. The target platform is a Pentium with the latest version of Windows NT (currently version 4.0) operating system. Drawings prepared with advanced application software shall be delivered in Version 7.01 MicroStation electronic digital format. Digital terrain models shall be compatible with InRoads SelectCAD software version 8.01 electronic digital format. Drawings produced by scanning drawings of record or containing photographic images shall be delivered in a raster format compatible with the native Intergraph IRASC, Version 7.02, electronic digital format. Drawing files shall also be delivered in Computer-aided Acquisition and Logistic Support (CALS) electronic digital format. The specifications will be produced in SPECSINTACT with Standard Generalized Markup Language (SGML) using the Corps of Engineers Guide Specifications(CEGS). Responding firms must show computer and modem capability for accessing the Criteria Bulletin Board System (CBBS) and the Automated Review Management System (ARMS). Responding firms must show computer and modem capability for accessing the Criteria Bulletin Board System (CBBS) and the Automated Review Management System (ARMS). The estimate will be prepared using Corps of Engineers Computer Aided Cost Estimating System (M-CACES) (software provided by Government) or similar software. More than one firm will be selected from this announcement; at least two contracts will be awarded. One contract is set-aside for small business; the other is unrestricted and open to all interested parties regardless of business size. All small business firms responding MUST state in their response their intention to participate in the unrestricted contract as well as the small business set-aside contract. If a small business is silent on this issue, the small business will be considered only for the small business set-aside selection and will NOT be considered in the unrestricted selection. No one contractor will receive both awards. Since more than one contract will be awarded as a result of this announcement for the same or similar work, selection for task order awards will be made as follows: (1) All awardees will be given a fair opportunity to be considered for each task order award in excess of $2,500. (2) In making selection of the awardee to receive a specific task order, the Contracting Officer will consider past performance of previous task orders, quality of previous task orders, timeliness of previous task orders, cost control, the firm's strengths and previous experience in relation to the work requirements and geographic location described in the scope of work for each task order. Details of the selection process will be included in the resultant contracts. Firm-fixed price indefinite delivery, indefinite quantity contracts will be negotiated and the first is anticipated to be awarded in May 2001. All contracts awarded from this solicitation must be awarded no later than one year from the date that the responses to this synopsis are due. The small business set aside contract will be for a one-year period not-to-exceed $500,000 for the basic year and two one-year options, each not-to-exceed $500,000 each. The unrestricted contract will be for a one-year period not-to-exceed $1,000,000 for the basic year and two one-year options, each not-to-exceed $1,000,000 each. The options may be exercised at the discretion of the Government. At the discretion of the Government, the option years may be exercised early if the Total Estimated Price is exhausted or nearly exhausted; any alteration in rate changes from one year to the next as negotiated into the contract will be negotiated as needed between the Government and the A-E. If the Total Estimated Price of the base year or any option year is not awarded within that year's 12-month performance period and the Government has elected to exercise a subsequent option year, the remaining unused dollar amount may be added on to the Total Estimated Price of the option period being exercised. However, the Total Estimated Price of the contract, all three years (if the Government elects to exercise both option years) will be exceed $1.5M (small business set-aside contract)/$3M (unrestricted contract). Task Orders shall not exceed the annual contract amount. Part of this announcement is open to all firms regardless of size. All interested Architect-Engineers are reminded that in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged businesses. If a large business is selected, it must comply with FAR 52-219.9 regarding the requirement for a subcontracting plan on that part of the work it plans to subcontract. The recommended goal for the work intended to be subcontracted is 62% for small business. It further states that out of that 62% to small business, 10% is for small disadvantaged business (subset to small business) and 5% is for small business/woman owned (subset to small business). If a large business is selected for one of these contracts, the large business contractor will be required to submit a detailed subcontracting plan at a later date. If the selected firm submits a plan with lesser goals than those stated above, they must submit written rationale of why the above goals were not met. A detailed plan does not have to be submitted with the SF 255; however, the plans to do so should be specified in Block 10 of the SF 255. Small business firms are required to comply with FAR 52.219-14 that states "at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern". All offerors, regardless of size, MUST in their response, inform the Government of its business size relative to the NAICS Code and Size Standard (see above) 2. PROJECT INFORMATION: Task orders under this contract may include hydraulic design of small single purpose dams to large multipurpose dams, hydraulic design associated with rivers, creeks, and flood control levees and channels, hydraulic design and analysis of hydraulic structures and rivers, and creeks for any purpose including pipelines, sediment yield, sediment transport for rivers, flood control channels, and alluvial fans, fluvial geomorphology studies, groundwater, hydraulics of channel or wetlands restoration, biotechnical channel stabilization, and floodplain analyses. The contract requirements will also include hydrologic studies, computer aided drafting and design (CADD), GIS, and topographic and hydrographic surveys. The contractor shall have the capability to collect hydrologic, hydraulic, geotechnical (pertinent to hydraulic and sediment studies), geomorphic, and topographic field data. 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in descending order of importance. Criteria "a" through "d" are primary criteria. Criteria "e" through "g" are secondary criteria and will only be used as "tie-breakers" among the highly qualified firms. a. Specialized experience and technical competence in relative anticipated descending order of importance are listed below. When applicable, significant experience within the Sacramento District's Civil Works boundaries will be considered in determining each firm's capabilities. (1) Hydraulic design and analyses utilizing UNET, a one-dimensional, unsteady-state numerical model and /or the one dimensional, HEC-RAS numerical model in steady state model and unsteady state modes. (2) Sediment Yield expertise and Sediment Transport analyses expertise (preferably utilizing HEC-6). (3) Hydraulic design and analyses expertise utilizing multi-dimensional numerical models such as TABS-MD, FLO2D, and MAC3D. (4) Fluvial geomorphic analyses capability with investigators well educated in the fields of geology, hydrology, and hydraulics. (5) Hydraulic Design of small single purpose dams to high multi-purpose dams, including the capability to fully coordinate physical models. (6) Topographic and hydrographic surveying capabilities for water resource related studies. (7) Flood Plains analyses and delineation for rivers and smaller streams and alluvial fans. (8) Hydrologic analyses expertise utilizing numerical models such as HMS, WMS, HEC-1, and FFA. (9) Computer Aided Drafting and Design (CADD) capability, particularly utilizing Microstation and Inroads software. (10) Familiarity with Corps of Engineers Civil Works procedures and regulations. (11) Geographic Information System (GIS). (12) Geotechnical data collection and analysis pertinent to sediment, fluvial geomorphology, and channel stability analyses. (13) Numerical modeling of groundwater for hydraulics, contaminate analysis, seepage and groundwater recharge. b. Past performance on Corps of Engineers and other contracts with respect to cost control, quality of work and compliance with performance schedules. c. Qualified professional personnel in the following key disciplines: Hydraulic Engineer, Civil Engineer, Geomorphologist, Sediment Engineering Specialist, Hydrologist, Surveyors, Mapping, and Digital Ortho Imaging Technicians, GIS Specialists/Technicians, CADD Designers/Technicians/Operators, and Hydrogeologists. The evaluation will consider education, training, registration, overall relevant experience and longevity with the firm. d. Capacity of the lead firm to accomplish work in the required time frame including professional qualifications of firms' staff and consultants to be assigned to the projects which are necessary for satisfactory performance in the required services. e. Volume of DoD contract awards in the last 12 months as described below. f. Location of the firm in the general geographical area of the Sacramento District office. g. Extent of participation of small business, small disadvantaged business, woman owned small business, historically black colleges and universities or minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit ONE (1) completed SF 255 (11/92 edition) US Government Architect-Engineer and Related Services Questionnaire for Specific Project for themselves and ONE (1) completed SF 254 (11/92 edition) for themselves and one for each of their subcontractors to the office shown above, ATTN: A-E Negotiations Unit. In block 7 of the SF 255 provide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project experience for key team members; and indicate the team members role on each listed project (i.e. project manager, design engineer, etc). In block 9 of the SF 255, responding firms must indicate the number and amount of fees awarded on DoD (Army, Navy, and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. In block 10 of the SF 255, provide the quality management plan and organization chart for the proposed team. A task specific quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Responses received by the close of business (4:30 pm) on the closing date will be considered for selection. If the closing date is a Saturday, Sunday or Federal holiday, the deadline is the close of business on the next business day. No other notification will be made and no further action is required. Solicitation packages are not provided for A-E contracts. This is not a request for proposals. All small business responsible sources (for the small business set aside selection) and all responsible sources (for the unrestricted selection) may submit the required SF 255 and SF 254 which shall be considered by the agency. Small businesses are reminded that if they do not make it clear that they want to be considered in the unrestricted selection, they will only be considered in the small business set aside selection. See numbered Notes 24 and 26.
- Record
- Loren Data Corp. 20010214/CSOL002.HTM (W-043 SN50D4B9)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on February 12, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|