Oregon Bids > Bid Detail

H&H SATOC Architect & Engineering Services

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159634764708213
Posted Date: Feb 28, 2023
Due Date: Mar 13, 2023
Solicitation No: W9127N23R0014
Source: https://sam.gov/opp/8198ca8b4b...
Follow
H&H SATOC Architect & Engineering Services
Active
Contract Opportunity
Notice ID
W9127N23R0014
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
US ARMY ENGINEER DISTRICT PORTLAND
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Feb 28, 2023 09:59 am PST
  • Original Published Date: Feb 02, 2023 01:03 pm PST
  • Updated Date Offers Due: Mar 13, 2023 01:00 pm PDT
  • Original Date Offers Due: Mar 06, 2023 01:00 pm PST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 28, 2023
  • Original Inactive Date: Mar 21, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C211 - ARCHITECT AND ENGINEERING- GENERAL: LANDSCAPING, INTERIOR LAYOUT, AND DESIGNING
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Portland , OR 97204
    USA
Description

Please see attached document: B.08 Synopsis W9127N23R0014 H&H SATOC



SYNOPSIS



for



INDEFINITE DELIVERY CONTRACT FOR



HYDRAULIC AND HYDROLOGY ENGINEERING SERVICES



FOR THE USACE PORTLAND DISTRICT





General Information







Document Type: Synopsis/ Solicitation Notice



Solicitation Number: W9127N23R0014



Synopsis Posted Date: February 2, 2023



Original Response Date: March 6, 2023



Current Response Date: Same



Archive Date: March 20, 2023



Classification Code: C – Architect and Engineering Services



NAICS Code: 541330 – Architect & Engineering Services





Contracting Office Address





The U.S. Army Corps of Engineers (USACE), Portland District 333 SW First Ave., Portland, OR 97204





1. CONTRACT INFORMATION.



The resulting contract will be an Architect-Engineer (A-E) Indefinite Delivery Indefinite Quantity (IDIQ), firm-fixed-price contract for Hydraulic and Hydrologic Engineering Services. This IDIQ contract is being procured in accordance with the Architect and Engineering Selection Statute (formerly the Brooks Act) as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications outlined in Federal Acquisition Regulation (FAR) 36.602-1 and DFARS 236.602-1 for the required work. This synopsis will facilitate the award of one contract with capacity of $10 million and a duration of five years starting from the award date. North American Industrial Classification System Code (NAICS) is 541330, which has a size standard of $25.5 million or less in average annual receipts over the last 3 years. The wages and benefits of listed services employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act under http://www.wdol.gov, 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 Department of Defense (DOD) System for Award Management (SAM). Register via the SAM Internet Site at https://www.sam.gov or by contacting the Service Desk at 1-866-606-8220.





THIS NEW ANNOUNCEMENT IS UNRESTRICTED AND 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 subcontracting plan is not required with this submittal but will be required with the fee proposal of the firm selected for negotiations. This information is provided to help you in the development of your team.





The contract awarded under this announcement will be administered by the U.S. Army Corps of Engineers, Portland District. The Portland District may elect to transfer capacity to the Seattle, WA, or Walla-Walla, WA, Omaha, NB or Kansas City, MO, districts.





2. PROJECT INFORMATION. A-E hydraulic and hydrologic engineering services for the evaluation, analysis, and design of water resources civil works projects including but not limited to dams, levees, jetties, rivers, estuaries, and other facilities is needed. The contractor will provide all equipment required to support the following additional services: sediment sampling/Hydro survey, LiDAR and Sonar. The location of work performed under this contract shall be stated in the individual Task Orders; however, the Government expects the bulk of the Task Orders to be issued by the Portland District (CENWP). Typical services include:






  1. Hydraulic and Coastal Design.








    • Hydraulic design of juvenile and adult fish facilities, high and low head dam facilities, and navigation facilities.

    • Planning, application, and interpretation of physical model studies to include hydraulic design of fish passage and hydraulic structures. Performance of physical sediment and coastal models and wave flume studies.

    • Development of numerical (1-D, 2-D, and 3-D) models of hydraulic, coastal, and estuarine structures and environments.

    • Development of physical models (general and sectional) of hydraulic, coastal, and estuarine structures and environments.

    • Procurement and interpretation of hydroacoustic data from stilling basins, reservoirs, streams, federal navigation channels, fishways, and submarine structures for model development and condition assessment including difficult acoustic conditions such as shallow concrete channels with perpendicular surfaces, swift water, and limited GPS visibility.

    • Planning, execution, interpretation, and reporting of prototype testing and data collection programs including use of instrumentation such as Acoustic Doppler Current Profilers (ADCP) and Acoustic Doppler Velocimeters (ADV), data processing methods, and interpretation of river velocities and flows around structures.

    • Coastal Engineering development and analyses of coastal processes (both incident to projects and within project areas), determination of applicable wave and water level climate, calculation of wave forces, overtopping and wave transmission, wind setup and wave run-up, coastal engineering design of shore protection and navigation structures, and analysis of both hydraulic and sedimentation processes.

    • Hardware and software to build, develop and execute computational fluid dynamic (CFD) models using Star CCM+ and other CFD programs.

    • Development of CFD model geometry and grids using state-of-the-art geometry development and grid generation software to present numerical and physical modeling results in visualization software (such as TecPlot, FieldView, or similar programs).

    • Use of Coastal Engineering Programs including ADCIRC, STWAVE, CGWAVE, and BOUSSS2D.








  1. Reservoir Regulation, Water and Sediment Quality (In Conjunction with Engineering Services).






  • Reservoir analyses including flood control and conservation, flood warning systems, system analyses, Endangered Species Act (ESA) flow issues, water control manuals, real-time operational studies (runoff, flood, etc.), and real-time reservoir management for flood control.

  • Water quality characterization (physical, chemical, and biological), data collection, and reporting of estuarine and freshwater systems. Calibration, deployment, and maintenance of continuous multi-parameter water quality probes and meteorology equipment for long-term deployment. Collection of depth profile of field parameters and grab samples in reservoirs. Laboratory analysis for nutrients and other chemical parameters using standard methods. Phytoplankton and zooplankton species identification and enumeration. Laboratory analysis of cyano-toxins. Evaluate and display data to support analysis to determine sources of water quality impairments and the status/trends of water quality.

  • Water Quality modeling of reservoirs, rivers and estuaries using programs such as CE-QUAL-W2 (COE 2D reservoir/river model), WESTEX (COE 1D reservoir temperature model), QUAL2E (EPA 1D, steady state river model), and MIKE11 (DHI 1D dynamic river model).

  • Water quality and sediment quality database products including AQUARIUS and Environmental Information Management (EIM).

  • Laboratory Accreditation - IAW National Environmental Laboratory Accreditation Conference (NELAC) accredited laboratory for water quality and sediment sample analysis. Contract laboratories shall meet the minimum laboratory Quality Assurance/Quality Control, technical, and management requirements provided in the July 2013 Department of Defense and Department of Energy Consolidated Quality System Manual for Environmental Laboratories, Version 5.0 (or more recent version), available at: http://www.denix.osd.mil/edqw/upload/QSM-DOD-DRAFT-FINAL-052313.pdf. Sediment samples shall be analyzed in accordance with methods prescribed in the 2009 SEF.






  1. River and Hydrologic Engineering.






  • Statistical and probability analyses, discharge, precipitation, and risk and uncertainty evaluations; hypothetical storm development, period-of-record evaluations, ungaged basin evaluations, rainfall – runoff analyses, Probable Maximum Precipitation (PMP), snowmelt, hydrographs, Probable Maximum Flood (PMF) and spillway design hydrograph development.

  • Channel design, channel morphology, ecosystem restoration/channel restoration, process based channel design, bank protection, riprap sizing, and river training structures (groins, pile dikes, etc.).

  • Development of numerical (1-D and 2-D) models of river and estuarine structures and environments. Planning, application, and interpretation of numerical model studies for hydraulic investigations such as floodplain management studies/flood insurance studies, habitat restoration projects, and sediment transport.

  • Evaluation of climate scenarios and use of Global Climate Models (GCM) as specified in the Intergovernmental Panel on Climate Change AR5. Familiarity with working with spatially distributed hydrologic modeling systems that are able to take outputs from GCMs.

  • Use of River and Hydrologic programs including HEC-HMS, HEC-GeoHMS, HEC-RAS, HEC-GeoRAS, HEC-FFA, HEC-FDA, HEC-FIA, HEC-SSP, HEC-EFM, HEC-ResSim, and HEC- DSSVue, HEC-FFA, ADCIRC, and AdH.

  • Use of Geographic Information Systems Programs including ArcGIS.






  1. Physical Model Capability. Evaluation shall consider physical model facilities and model data collection equipment and capabilities.






  • Square-footage of physical model laboratory.

  • Hydraulic capacity of the physical model laboratory.

  • Ability and capability of simulating waves and wave patterns for coastal and estuarine structures.

  • Location of physical model facility.

  • Model data collection equipment available to measure water depth, water surface elevations, water velocity, and volumetric flow rates, including the capability to data-log any of those variables over time.






  1. Physical Model Capability. Work Incidental to A-E Efforts. The following work may be required in conjunction with but will only be incidental to A-E efforts.








    • Procurement of sediment samples using various surface grab and core sampling devices such as Van Veen, PONAR, box core, gravity core or vibracore, in both deep and shallow water bodies. Physical and chemical analysis of sediment may include grain-size gradation, American Society of Testing and Materials (ASTM) dredge parameters, and chemicals of concern as described in the 2009 SEF.

    • Biological analysis related to sediment quality including bioaccumulation studies and/or bioassays in conjunction with sediment chemical analysis. Biological site characterization may include benthic sampling and analysis, epibenthic invertebrate and fish collection and identification, crab pot deployment and retrieval, marine plant and animal community analysis, sediment profile imaging, and multibeam bathymetric surveys.

    • Hydrographic (single-beam and multi-beam sonar) and topographic (land survey, photogrammetry, and/or LiDAR) surveys to support modeling.

    • Sediment characterization (physical, chemical, and biological), data collection, and reporting for marine, estuarine, and fresh water systems including use of the 2009 Sediment Evaluation Framework (SEF) for the Pacific Northwest, which is the regional sediment evaluation manual used in the states of Oregon, Washington, and Idaho.

    • Analysis of tidal wetlands in estuary environments that can support ecosystem restoration design.

    • Familiarization of FEMA policies, analytical and mapping standards/requirements for flood hazard mapping partners and flood insurance studies.







3. SELECTION CRITERIA. Selection criteria for this contract will be based upon the following selection criteria, listed in descending order of importance (Criteria “a” through “e” are primary, criteria “f” and “g” are secondary, used only as a “tie-breaker” among technically equal firms.





Primary Criteria:








    1. Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. The firm must demonstrate specialized experience and technical competence in the following areas:








  • Hydraulic, Hydrologic and Environmental Engineering analysis and design in the areas of structural, fluvial and dam hydraulics

  • Hydrology, river engineering and sedimentation

  • Coastal engineering specific to Pacific Northwest

  • Reservoir systems analysis

  • Sediment characterization: physical, chemical and biological

  • Channel morphology





To be considered, experience must have been performed within the last six (6) years. The Government will review ten (10) completed projects and involvement in the completed projects for whether the firm has specialized experiences and technical competence in the relevant areas outlined below in section 3. If a prime A-E firm is using a subcontractor's experience, the prime A-E firm shall submit letters of commitment from those subcontractors and any key personnel employed by those subcontractors. Firms shall provide examples of one to three (1 to 3) projects performed by either the prime A-E firm or a key subcontractor demonstrating their experience in the following types of services as it relates to the Project Information described in paragraph 2 above. Submittals that demonstrate having more of the experiences listed below will be rated as more technically relevant.






  1. Professional qualifications necessary for satisfactory performance of required services. The evaluation of the firm’s professional qualifications will consider education, registration, technical certification, training, and longevity of relevant experience. The following disciplines will be evaluated: Project Managers, Hydraulic Engineers, Hydrologist/Hydrologic Engineers, Coastal Engineers, CADD Technicians, Land Surveyors (PLS), GIS Analysts, Biologists, Toxicologists, and Geomorphologists.






  1. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Relevant Past Performance on contracts with Government agencies and private industry over the past six (6) years will be evaluated in terms of cost control, quality of work, and compliance with performance schedules. The Government will review information contained within the DoD A-E Contractor Performance Assessment Reporting System (CPARS) in order to determine each firm’s performance on relevant contracts. The Government will also evaluate other Federal, State, and/or private past performance information provided by the Contractor. For consideration of past performance from other federal, state, and private information, the Contractor shall provide reference information to include project name, point of contact, current phone number and email address. Also include any ratings, letters of appreciation, awards, etc., for relevant experience.






  1. Capacity to accomplish the work in the required time. Explain or demonstrate how your firm has the capabilities to perform up to 3 concurrent task orders with a value of $250,000 each in 120-days in accordance with Federal Acquisition Regulation (FAR) 15.408(n)(2) in regards to limitations on pass-through charges. FAR website link -> https://www.acquisition.gov/






  1. Knowledge of the locality of the project. The firm will be evaluated for its knowledge and experience with hydraulic modeling and prototype testing studies for design of migrant fish facilities, high head dam facilities, and navigation facilities specifically within Oregon and Southwestern Washington waterways, including the Pacific Ocean. The firm shall also be evaluated for its knowledge and experience with Pacific Northwest Meteorology (climate and weather), water quality, geography, and geology as the affect hydrologic, geomorphic, and design parameters for water resource evaluation and design.





Secondary Criteria:






  1. Small Business Participation: Extent of participation of small businesses (including women-owned), small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. Demonstrate use of small business sub-contractors on past projects.






  1. Geographic Proximity: Location of the firm in the general geographical area of Oregon and Southwest Washington.






  1. Equitable Distribution of DoD Contracts. 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 shall be evaluated and used in the event of a tie.





4. Interested firms having the capabilities to perform this work must submit one pdf copy of the SF 330 Part I and required attachments via email to Andrew Sprys, Contract Specialist, at Andrew.J.Sprys@usace.army.mil and Andrea Smothers, Contracting Officer, Andrea.K.Smothers@usace.army.mil at no later than 1:00 PM on 6 March 2023. This is not a request for proposal.





This procurement is open to all businesses regardless of size under the NAICS Code 541330. The small business size standard is $25.5 million. All responses must be received by the specified due date and time to be considered. Any responses received after that date and time will not be considered.





Point of Contact for small business questions or assistance is the Portland District Deputy for Small Business, Carol McIntyre at 503-808-4602 or Carol.A.Mcintyre@usace.army.mil.





Additional information on how to prepare an A&E submittal can be found in Engineering Pamphlet (EP) 715-1-4 – Competing for Architect-Engineer Contracts Awarded by the U.S. Army Corps of Engineers (9/30/2004) USACE publications website: www.publications.usace.army.mil.





Questions and Inquiries about this Synopsis





All inquiries regarding this synopsis will be submitted via ProjNet-BidSM. Telephone and email inquiries will not be accepted. ProjNet-BidSM is a web-based program that allows submitters to post questions regarding the synopsis and to view all questions by other submitters and answers by USACE. ProjNet-BidSM can be accessed through ProjNetSM at https://www.projnet.org/projnet/. To access the ProjNet-BidSM website the first time:






  1. Click the Bid tab






  1. Click Bidder Inquiry. (The Agency is USACE.)






  1. Enter the following information for access:



      1. The Bidder Inquiry Key: 39K8F9-S9V8AR

      2. Valid business contact information (e.g. Company name, contact person, business address, phone number and email address). (required on first project only)

      3. Establish secret question and answer which will be used as a password. (Required on first project only).










  1. For subsequent access use your email address, the Bid Inquiry Key and response to the secret question to access the ProjNet-BidSM Module.






  1. Submit questions or review questions and answers. A firm who submits a question will receive an automated email notification that their question has been received. When an answer is posted to a question, the question and answer is then available for all other bidders to review.






  1. For a specific step-by-step for POSTING YOUR INQUIRIES, is available in the Reference link on the Contract Viewer.






  1. For questions about the ProjNet-BidSM, please contact the Call Center help desk toll free at 1-800-428-HELP, which operates from 8AM to 5PM (Central US time zone). ProjNet-BidSM questions can also be emailed to the helpdesk at staff@rcesupport.com.





The cutoff for questions and inquires is 27 February 2023. All submitters are responsible for reviewing the questions and responses in ProjNet-BidSM prior to their submission. Nothing in the synopsis is changed unless an amendment is posted on https://sam.gov/content/home






Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 333 SW FIRST AVE
  • PORTLAND , OR 97204-3495
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >