Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Соединенных Штатов Америки


$49.9M A-E Hydrology and Hydraulic Multiple Award Task Order Contract (MATOC) (Соединенные Штаты Америки - Тендер #39864747)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Соединенные Штаты Америки (другие тендеры и закупки Соединенные Штаты Америки)
Организатор тендера: DEPT OF THE ARMY
Номер конкурса: 39864747
Дата публикации: 29-03-2023
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация

$49.9M A-E Hydrology and Hydraulic Multiple Award Task Order Contract (MATOC)

Active
Contract Opportunity
Notice ID
W9123823S0036
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SPD
Office
US ARMY ENGINEER DISTRICT SACRAMENT

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: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Mar 28, 2023 01:33 pm PDT
  • Original Response Date: Apr 14, 2023 04:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: C219 - ARCHITECT AND ENGINEERING- GENERAL: OTHER
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    CA
    USA

Description

Purpose:

The Sacramento District is conducting market research to identify large and small businesses which have the capability to complete/manage multiple projects simultaneously. The requested information will be evaluated for the purpose of determining the capability and availability of Large Businesses as well as Small Businesses and to develop subcontracting goals for the various categories of Small Businesses.

The Government is seeking qualified, experienced sources for professional, A -E Services, procured in accordance with PL 92-582 (Brooks Act) and Federal Acquisition Regulation (FAR) Part 36.6, capable of performing the full spectrum of hydrologic and hydraulic engineering analyses for development, design and operation of water resource projects featuring flood risk management and aquatic ecosystem restoration purposes. A specific scope of work and services required will be issued with each task order. The end result of these studies/projects will be various reports, such as Hydrology Office Reports, technical appendices to Planning documents, Design Documentation Reports, construction contract Plans and Specifications, and Water Control Manuals.

Minimum capabilities should include the following key areas: a. Flow-frequency analysis following Water Resources Council Bulletin 17B guidelines, including regional analysis and separation of snowmelt, cloudburst, and general rainstorm floods. b. Rainfall-runoff modeling to develop hypothetical floods, and reproduce observed events. c. Development of Probable Maximum Precipitation (PMP) and Probable Maximum Floods (PMF) for dam spillway design. d. Development of unregulated flow from gaged flow data, inflow and diversion records, and stream-flow routings. e. Development of regulated frequency curves from regulation criteria, reservoir routings, and gaged flow data. f. Flow-duration analysis and evaluation of environmental flow regimes. g. Interior drainage and local flow analysis. h. Development of evaporation, seasonal precipitation, and seasonal runoff volumes. i. Sediment and debris yield estimates. j. Hydraulic analysis and multi-dimensional numerical computer and physical modeling of natural, design and constructed conditions including channels, levees and floodplains. k. Design of hydraulic features such as spillways, conduits, diversions, weirs, culverts, streambank erosion countermeasures and aquatic habitats. l. Assessment of fluvial geomorphological conditions, sedimentation trends, channel stability and scour potential in watersheds, streams and drainage systems. m. Determining wind-wave setup and run-up for levee and dam design. n. Perform field surveys to collect data, validate assumptions and ascertain actual physical characteristics of study area. o. Risk and uncertainty analysis of Flood Risk Management systems and projects to estimate flooding probabilities and project performance. p. Preparation of technical documents formatted to COE standards. q. Modeling of reservoir system operations and alternatives including use of Corps Water Management System (HEC-CWMS) software. r. Development of Water Control Plans and Water Control Diagrams for single reservoirs and systems of reservoirs. Environmental effects analysis and development of associated documentation in support of NEPA, Endangered Species Act (ESA), and related environmental consultation requirements.

This is a SOURCES SOUGHT notice for MARKET RESEARCH ONLY to determine the availability and capability of both Large and Small Business contractors for prime and subcontracting opportunities.

If a requirement is a Small Business Set-Aside, then Small Business firms are reminded under FAR 52.219-14 Limitation on Subcontracting that they must self-perform at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of concern for service-type procurement.

The North American Industry Classification System (NAICS) code is 541330 which has a small business size standard of $25,500,000.00. The Standard Industrial Code (SIC) is 8711. The Product and Service Code (PSC) is C219.

NO AWARD will be made from this Sources Sought

The Government intends to award a 5-year Firm Fixed Price Multiple Award IDIQ Contract with Government requirements being competed amongst the MATOC pool and completed as individual Task Orders.

The Government must ensure there is adequate competition among the pool of available contractors.

Location:

These projects will be situated primarily within the range of the Sacramento Districts Civil Works boundaries (parts of CA, NV, UT, AZ, CO, WY, ID and OR) but may also be situated within the Civil Works boundary of the South Pacific Division(CA, NV, UT, AZ). The projects may be in the preauthorization phase, authorized by Congress to proceed to construction, or conducted under broader USACE Planning or Operations authorities.

SUMBISSION REQUIREMENTS FOR SOURCES SOUGHT:

Interested statements shall be limited to five pages and shall include the following information:

  1. Firms name, address, point of contact, phone number, and email address.
  1. UEI/Cage Code Number.
  1. Firms statement of capability to perform a contract of this magnitude and complexity (include firms capability to execute A-E services with a similar scope, comparable work performed within the past 5 years, brief description of the project, customer name, timeliness of performance, customer satisfaction and dollar value of the project). Provide at least 3 examples. SF330s SHALL NOT be submitted in response to this sources sought announcement.
  1. Firms Business Size
  1. Firms Joint Venture (existing), including Mentor Protégés and teaming arrangement information is acceptable.

Based on the results of this sources sought, there could be multiple synopsis, one for Unrestricted (UR) firms and another for Small Business (SB) firms.

Submission of interest to this sources sought announcement is not a prerequisite to any potential future offerings, but participation will assist the Sacramento District in identifying sources with required capabilities. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this announcement.

All interested contractors should notify this office in writing by email by 4:00 PM, Pacific Standard Time (PST) on 14 April 2023. Submit responses via email to Ronald Arbour at ronald.p.arbour@usace.army.mil or barton.t.kirkpatrick@usace.army.mil. Please include the Sources Sought No. W9123823S0036 in the subject line.

Attachments/Links

No attachments or links have been added to this opportunity.

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION 1325 J STREET
  • SACRAMENTO , CA 95814-2922
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Mar 28, 2023 01:33 pm PDTSources Sought (Original)

Источник закупки

Перейти

Импорт - Экспорт по стране Соединенные Штаты Америки

Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

Экспорт Импорт




Copyright © 2008-2025, TenderGURU
Все права защищены. Полное или частичное копирование запрещено.
При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
Электронная почта: info@tenderguru.ru
Многоканальный телефон 8-800-555-89-39
с любого телефона из любого региона для Вас звонок бесплатный!

Портал отображает информацию о закупках, публикуемых в сети интернет
и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
являющихся участниками размещения государственного и коммерческого заказа.
Сайт использует Cookie, которые нужны для авторизации пользователя.
На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
которые нужны для статистики посещения ресурса.

Политика обработки персональных данных tenderguru.ru