Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2002 FBO #0223
SOLICITATION NOTICE

C -- A&E Construction Related Services

Notice Date
7/11/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Louisiana State Office, 3737 Government Street, Alexandria, LA, 71302
 
ZIP Code
71302
 
Solicitation Number
NRCS-26-LA-02
 
Response Due
8/28/2002
 
Point of Contact
Ralph Broome, Contracting Officer, Phone 318-473-7781, Fax 318-473-7831, - Patti Woods, Contracting Officer, Phone 318-473-7645, Fax 318-473-7682,
 
E-Mail Address
ralph.broome@la.usda.gov, patti.woods@la.usda.gov
 
Description
The Natural Resources Conservation Service (NRCS) is soliciting SF-254's and SF-255's for an Indefinite Delivery Indefinite Quantity (IDIQ) A&E construction services contract for work within the state of Louisiana (NAICS Code 541330-Engineering Services). The contract will include one base year and four option year periods. Work under this contract to be subject to satisfactory negotiation of individual task orders. The price of any single task order shall be at least $5,000 but shall not exceed $1,000,000. The maximum order amount for each contract period (base year and each option year) shall be $1,000,000. The minimum order amount for each contract period shall be $50,000. Task orders could include performance of any part or all operations necessary to perform surveys, designs, and construction quality assurance (construction inspection) for various water resources projects within Louisiana. Surveys required may consist of but are not limited to any part, one or all of the following activities: boundary surveys, topographic/planimetric surveys, magnetometer surveys, hydrographic/ bathymetric surveys, horizontal and vertical control surveys, design surveys, development of graphical representations of survey data collected, construction layout surveys, and surveys for quantity computations. Design activities required may consist of but are not limited to any part, one or all of the following activities: design water resources project features, prepare construction specifications, prepare construction plans (drawings), prepare landrights work maps, prepare cost estimates, prepare bid schedules, and prepare design folders. Quality assurance activities required may consist of but are not limited to any part, one, or all of the following activities: construction layout, quantity computations, development of as built drawings, field testing and sampling of construction materials, safety compliance checks of construction activities, and development of accurate and complete quality assurance reports. The typical project could require knowledge and experience in all aspects of surveying, engineering design and quality assurance activities associated with the design and construction of deep and shallow foundations (bearing capacity, consolidation, etc.), earthwork, reinforced concrete structures, automated and manual water control gates, rock riprap placement, timber structures, steel structures and structural fabrication, timber, steel and concrete piling, sheet piling and channel bank stabilization measures. The firm will be required to perform surveys, engineering designs, and quality assurance activities in accordance with NRCS standards. The firm will be required to interpret geotechnical reports and accurately apply the data to the design of the project measures. The majority of design work will be civil; however electrical and mechanical engineering expertise may be required on some projects. All drawings will be computer generated in .dgn or .dxf format. PRESELECTION CRITERIA. Firms must meet the following criteria in order to be considered for an award under this requirement. (1) Have a minimum of three in-house civil engineers employed on a full time basis. At least one engineer must be a Registered Professional Engineer in the state of Louisiana or hold a temporary permit to practice engineering in Louisiana with a minimum of ten years experience. (2) Have a minimum of one land surveyor registered as a Professional Land Surveyor in the state of Louisiana, with a minimum of ten years experience. (3) Have a minimum of one electrical and one mechanical engineer with a minimum of 5 years experience. (4) Have a minimum of three in-house draftspersons employed on a full time basis, one with a minimum of ten years CAD experience and the others with a minimum of one year?s experience. 5. Have a minimum of two in-house civil engineering technicians, one with a minimum of ten years of experience in construction inspection, and the other with a minimum of five years experience in construction inspection. SELECTION CRITERIA. Firms meeting the preselection criteria will be evaluated and ranked using the following selection criteria: (1) Specialized experience and technical competence in the type of work required. Evaluation will be based on the extent of directly related experience in performing surveying, design, and quality assurance (construction inspection) of the types of projects described; specialized education at the university level, and all other applicable education, training, and certifications. Consideration will be given to those firms with knowledge of and direct experience in the application of the described requirements in the coastal marsh environment in Louisiana. Examples of work shall be provided for review, as well as a description of the type work performed. Previous work samples will be evaluated based on complexity of work performed. (2) Professional qualifications necessary for satisfactory performance. Evaluation will be based upon the number of qualified personnel and their knowledge and level of experience associated with the requirements above, and their availability to perform work on this contract. (3) Capacity to accomplish the work. Evaluation will be based upon the number of personnel available in the disciplines described above, the quantity of existing work under contract, and the schedules for completion of the existing work. (4) Past performance on contracts with government agencies and private industry. Evaluation will be based upon the firm?s past experience with other government agencies and the private sector in performing the requirements described; the quality and timeliness of performance under previous contracts. References with telephone numbers must be provided. (5) Location in the general geographic area and knowledge of the locality. Evaluation will be based upon a firm's proximity to Louisiana and work experience within Louisiana. Consideration will be given to firms that have performed the requirements described in coastal marsh areas of Louisiana. The above evaluation factors are listed in their order of importance, factor 1 being most important, factors 2 thru 4 being equally important, and factor 5 being least important. Interested A&E firms that meet the criteria outlined above are invited to submit four (4) copies each of SF-254 (Architect Engineer and Related Services Questionnaire), SF-255 (Architect Engineer and Related Services Questionnaire for a Specific Project) and any other information relative to the selection criteria to the contracting office address listed above by close of business August 28, 2002. Only those firms responding by that time will be considered for selection. This is not a Request for Proposal.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/NRCS/LASO/NRCS-26-LA-02/listing.html)
 
Record
SN00114864-F 20020713/020711215755 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.