Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2002 FBO #0355
SOLICITATION NOTICE

C -- Natural Stream Restoration Services

Notice Date
1/25/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, West Virginia State Office, 75 High Street, Room 301, Morgantown, WV, 26505
 
ZIP Code
26505
 
Solicitation Number
NRCS-1-WV-2002
 
Response Due
2/25/2002
 
Point of Contact
William Doerr, Supervisory Contract Specialist, Phone 304-284-7556, Fax 304-284-4839, - Nikki Moody, Program Assistant, Phone 304-284-7577, Fax 304-284-4839,
 
E-Mail Address
bill.doerr@wv.usda.gov, nikki.moody@wv.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The contractor shall furnish the necessary personnel, equipment, labor, materials, transportation, office space, and related support facilities to perform the services described herein. All submittals, including 254 and 255 documents, shall be originals. NO Fax copies shall be accepted. The services to be provided include planning and design of natural stream restoration projects throughout the State of West Virginia. The work will consist of the following items: watershed assessments, stream assessments, surveys and mapping, planning documents, designs, and construction drawings necessary to plan and construct natural (a.k.a. fluvial geomorphologic) stream restoration projects. Watershed and stream assessments will include environmental studies involving hydrologic analyses, geologic and sedimentation analyses, stream classification, land-use studies, benthic studies, fish surveys, and riparian habitat evaluations. Surveys and mapping tasks may include aerial photography, preparing stream cross-sections, topographic mapping, watershed base maps, and other tasks necessary to prepare planning documents, designs, and construction drawings. Preparation of planning documents may include description and analysis of land-use characteristics and stream conditions that would impact watershed hydrology and stream corridor stability, and planning level evaluations of potential management and restoration options. Planning investigations will also include determination of quantified environmental, social, and economic impacts resulting from the stream and watershed degradation and from proposed restoration and management options. Designs will include all items necessary for NRCS to contract for the construction of the project. Including a statement of work, calculations of performance time, engineer's estimate, specifications, and construction drawings. The design shall be submitted in compliance with NRCS standards for such items and shall be in Auto CADD 2002 format. Potential stream restoration projects may include j-hooks, rock weirs, jetties, rock vanes, bio-engineering type bank stabilization, channel realignment, grade control structures, etc. The type of contract that will be awarded is an Indefinite Delivery and Indefinite Quantity contract, which will consist of one or more work orders. The minimum the Government must obtain is no less than $2,500 in services during the contract period. The contract will have a base period of one (1) year and four (4) option periods of one (1) year each. Firms will be evaluated on the following factors: (1) Professional qualifications necessary for satisfactory performance of the required services (25 points); evaluation will be based on experience and qualifications of key personnel including specialized technical skills, project coordination, management skills, and experience working together on natural stream restoration projects. (2) Specialized experience and technical competence in the type of work required (25 points); evaluation will be based on experience related to the development of natural stream restoration assessments and design. (3) Organization of proposed management plan (15 points); evaluation will be based on coordination of various disciplines, and implementation, organization, and management of quality control/quality assurance system. (4) Capacity to accomplish the work in the required performance time (15 points); evaluation will be based on ability to accomplish multiple work tasks, completion within performance time, ability to add personnel and/or consultants to complete work on time. (5) Past performance on contracts with federal, state, and local agencies and private industry (10 points); evaluation will be based on quality, as demonstrated by sound technical knowledge and judgement, timeliness of performance under previous contracts. (6) Location in and knowledge of the general geographical area (10 points); evaluation will be based on location of the firm, the knowledge of the cultural, social, economic, geographical area, and knowledge of the resources of West Virginia. Interested and qualified firms should submit a completed SF-254 and SF-255 to this office no later than 3:00 PM on February 25, 2002. Only firms responding by this date will be considered for selection. This is a TOTAL SMALL BUSINESS SET-ASIDE. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (25-JAN-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 20-NOV-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/NRCS/WVSO/NRCS-1-WV-2002/listing.html)
 
Place of Performance
Address: Various Locations West Virginia
 
Record
SN00208659-F 20021122/021120215929 (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.