Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2003 FBO #0555
SOLICITATION NOTICE

C -- Kansas Conservation Practice Design

Notice Date
6/5/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Kansas State Office, 760 South Broadway, Salina, KS, 67401-4642
 
ZIP Code
67401-4642
 
Solicitation Number
NRCS-17-KS-03
 
Response Due
7/8/2003
 
Archive Date
7/23/2003
 
Point of Contact
Rhonda Sulsar, Contract Specialist, Phone 785-823-4505, Fax 785-823-4540,
 
E-Mail Address
rhonda.sulsar@ks.usda.gov-
 
Description
The Natural Resources Conservation Service (NRCS) is soliciting SF-254s and SF-255s for Indefinite Delivery Indefinite Quantity (IDIQ) Engineering services contract for work within the state of Kansas. Multiple awards may be made based upon geographical areas within Kansas. The contract will include one base-year and four option-year periods. Work under this contract is 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 $50,000. The maximum order amount for each contract period (base-year and each option-year) shall be $500,000. The guaranteed minimum task order shall be $5,000 for the basic period only. There shall be no guaranteed minimum for the option periods, if exercised. Task orders could include performance of any part or all operations necessary to perform engineering surveys, engineering designs, and construction activities for various animal manure and wastewater handling and storage projects and other conservation practices, such as grade stabilization structures and ponds within Kansas. Surveys required may consist of but are not limited to any part or all of the following activities: topographic surveys, design surveys, geotechnical surveys, and construction layout surveys. Design activities required may consist of but are not limited to any part or all of the following activities: design animal manure and wastewater handling and storage project features, prepare construction specifications, prepare construction plans (drawings), prepare cost estimates, quantity computation checks and certifications, and prepare design folders. Construction activities will include construction inspection, checkout, and certification. The typical project could require knowledge and experience in all aspects of animal manure and wastewater volume estimations, rainfall runoff calculations, surveying, engineering design and quality assurance activities associated with the design and construction of waste storage ponds, earth embankments, reinforced concrete structures, clay and flexible liners, wastewater conveyance pipelines, diversions, and sediment basins. The firm will be required to perform engineering surveys and engineering design activities in accordance with NRCS standards and certify that all surveys and designs meet NRCS standards. NRCS standards can be found in the NRCS Field Office Technical Guide and design guidance can be found in the Agricultural Waste Management Field Handbook. All drawings will be computer generated in *.dwg format. Electronic copies and original hard copies are to be furnished to NRCS. PRESELECTION CRITERIA: Firms must meet the following criteria in order to be considered for an award under this requirement: (1) Have a minimum of two engineers employed on a full time basis. At least one engineer must be a Registered Professional Engineer in the state of Kansas and have a minimum of ten years experience in engineering surveys and engineering designs of animal manure and wastewater handling and storage projects. (2) Associated with or have a minimum of one surveyor with a minimum of ten years experience in engineering surveys. (3) Associated with or have a minimum of two draftspersons employed on a full time basis, one with a minimum of five years CAD experience and the other with a minimum of one year experience. (4) Associated with or have a minimum of one geotechnical professional with a minimum of ten years experience. SELECTION CRITERIA: Firms meeting the pre-selection 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 engineering surveys and engineering designs 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 animal manure and wastewater handling and storage projects in Kansas. Evaluation will include experience, hydrologic and hydraulic design of animal waste systems, designing clay and flexible liners, and experience in the engineering survey and engineering design of NRCS animal manure and wastewater handling and storage projects. Examples of work shall be documented for review, as well as a description of the type work performed. These work descriptions will be evaluated based on documented 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. Evaluation will be based upon the firm?s proximity to the State of Kansas. The above evaluation factors listed in their order of importance, are factor 1 being most important and factors 2 ? 5 being equally important. Firms, which meet the requirements described in this announcement, are invited to submit four (4) copies each of a Standard Form 254 (Architect Engineer and Related Services Questionnaire), Standard Form 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 to the attention of the Contracting Officer by the close of business July 8, 2003. Only those firms responding by that time will be considered for selection. This is not a Request for Proposal.
 
Place of Performance
Address: Kansas
Country: USA
 
Record
SN00340644-W 20030607/030605213234 (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.