Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2003 FBO #0573
SOURCES SOUGHT

C -- Soil Conservation Technical Services in Casper, Baggs, Wheatland, Torrington, Laramie and Lusk, WY

Notice Date
6/23/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Wyoming State Office, 100 East B Street, Room 3124, Casper, WY, 82601-1975
 
ZIP Code
82601-1975
 
Solicitation Number
NRCS-WY--03-66
 
Response Due
8/7/2003
 
Archive Date
8/22/2003
 
Point of Contact
Sue Jones, Contract Specialist, Phone 307-261-6468, Fax 307-261-6483,
 
E-Mail Address
sue.jones@wy.usda.gov
 
Description
NOTICE OF RE-ANNOUNCEMENT: This is a Reannouncement of an acquisition previously announced under Category R as Solicitation # NRCS-WY-03-60 dated March 28, 2003. The purpose of this Reannouncement is twofold. First, Offerors are notified that this acquisition, which is being conducted in accordance with OMB Circular A-76, is being transitioned to a Streamlined Competition under the procedures of the Revised OMB Circular A-76, dated May 29, 2003. Certain deviations may be incorporated, as approved by OMB, for retention of the previous cost rules or procedures. Second, a determination has been made that the studied services are subject to the Brooks Act, and the procedure for procurement of Architect-Engineer Services will be employed. The United States Department of Agriculture, Natural Resources Conservation Service (NRCS) has a requirement for and is seeking qualified A & E firms to provide soil conservation technician services. This is an OMB Circular A-76 Cost Comparison Study. The purpose of this study is to determine the most cost effective method of providing soil conservation technical services for the locations in Casper, Baggs, Wheatland, Torrington, Laramie and Lusk, Wyoming, Wyoming. In accordance with OMB Circular A-76 and the Brooks Act, the most highly qualified firm as determined by the ranking of the A & E Evaluation Board will be asked to provide a cost proposal based on the performance of these functions. This cost proposal will be compared with the Government?s costs to perform the above services. This proposal will not result in a contract if Government performance is determined to be more cost advantageous. These services are currently provided by Government personnel. Major components of this work include but are not limited to the following: 1) Conduct conservation planning, either done through the formal conservation planning process or through the inventory and evaluation process, assists in conservation program implementation. Provides conservation technical assistance using practice and conservation system application through planning, design, layout and inspection, and certification of conservation practices either independently or in cooperation with others as assigned by the COTR. 2) Provides technical experience and technical application guidance for conservation practice installation. Practices include those generally applied but not limited to those most often used for erosion prevention/protection, flood control, irrigation, streambank stabilization, wetland development or restoration, rangeland management, wildlife habitat management or forestland management, water quality and agricultural waste issues. 3) Promotes conservation practices of resources and special practices as developed and promulgated by the U S Department of Agriculture Natural Resources Conservation Service. These resources referred to as SWAPA+H include Soil, Water, Air, Plants, Animals plus Human social and economic factors (SWAPA+H). 4) Other areas of work include assisting field office customers and working with outside agency personnel on practice planning and application. A single award is anticipated for this solicitation. Any contract resulting from this solicitation will have a one-year base period and four one-year renewal options. This solicitation will not be restricted to any group or business size. NAICS Code: is 541330, Architect and engineering services. The formal notice requesting interested parties to submit their SF-254s and 255s will be posted on or around July 7, 2003 and will be available solely through the Federal Business Opportunities website at http://www.fedbizopps.gov. Instructions for downloading the solicitation are available at that website. Hard copies of the solicitation document will not be available. All questions must be directed to the contracting officer in writing. Address questions to Sue Jones, Contracting Officer at sue.jones@wy.usda.gov, by fax to 307-261-6483, or by letter to USDA-NRCS; ATTN: Sue Jones; 100 East B Street, Room 3124; Casper, WY 82601-1975. No questions will be accepted by telephone. The anticipated date for receipt of SF-254s and SF-255s is on or about August 7, 2003. All responsible sources may submit a proposal, which shall be considered by the Agency. The U. S. Government reserves the right to retain the work in-house and make no contract award. The selection criteria for this acquisition are: 1) Professional Qualifications, 2) Specialized experience and technical competence, 3) Capacity to accomplish work, 4) Past Performance, 5) Location in the area and knowledge of the locality of the project.
 
Place of Performance
Address: Casper, Baggs, Wheatland, Torrington, Laramie and Lusk, Wyoming
 
Record
SN00354507-W 20030625/030623213533 (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.