PLANNED SOLE SOURCE CONTRACT, GRAND CALUMET RIVER BIDIRECTIONAL FLOW STUDY
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Synopsis/Notice of Intent of Sole Source for Grand Calumet River Bidirectional Flow Study
This synopsis is hereby issued in accordance with FAR Part 5.201. The purpose of this synopsis is to announce the U.S. Army Engineer District Chicago intent to award a Firm-Fixed-Price purchase order on a noncompetitive basis to Marcelo Garcia - University of Illinois (CAGE: 4B808) at 506 S Wright Street, Urbana, Illinois 61801-3620. This requirement is for the following:
CLIN 0001
Grand Calumet River Bidirectional Flow Study
Quantity: 1 Job
Description: The services shall consist of updating the bathymetric and structure (i.e. bridges, culverts) data used in developing the geometry of the numerical model, developing a comparison between the original model bathymetry and USACE-provided datasets, extending the model’s boundary condition east to capture effluent flows from Gary Wastewater Treatment Plant, and to perform numerical simulations for a range of Lake Michigan levels to assess bidirectional flow characteristics of the Calumet Area Waterway subsystem. In addition, the Contractor will compare the model results against the regression equations currently used in the Chicago District diversion accounting computations and, using the updated model runs, develop revised regression equations for a wider range of Lake Michigan levels.
The Government intends to negotiate solely with Marcelo Garcia under the authority of FAR 13.106-1(b), due to only one source being reasonably available to meet the Government's needs. FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures, apply. The North American Industrial Classification System (NAICS) Code will be 541690, the size standard will be $19,000,000 and the Product Service Code (PSC) will be R499.
Please be advised the aforementioned information is anticipatory in nature and is not binding.
This notice is not a request for competitive quotes; however, any responsible source believing that it can fulfill the requirement may be considered by the agency. Interested parties may identify their interest and capabilities in response to this synopsis and must clearly show the firm's ability to be responsive without compromising the quality, accuracy, and reliability of services provided. A determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government.
All correspondence in conjunction with this notice shall be submitted via e-mail only to the Government Points of Contact (POC) identified below by 3:30 P.M. Central Time on March 12, 2024.
All responding vendors must be registered to the System for Award Management (SAM). Information can be found at https://www.sam.gov. Complete SAM registration means a registered DUNS and CAGE Code numbers.
Primary POC: Ericka Hillard, Contract Specialist, Email: Ericka.D.Hillard@usace.army.mil
Secondary POC: Miriaha Sigmon, Contracting Officer, Email: Miriaha.D.Sigmon@usace.army.mil
Contracting Office: U.S. Army Engineer District Chicago, 231 South LaSalle Street, Suite 1500, Chicago IL 60604-1437