Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2003 FBO #0609
SOLICITATION NOTICE

C -- Architect - Engineer (A&E) Services

Notice Date
2/3/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, New Mexico State Office, 6200 Jefferson, NE, Suite 305, Albuquerque, NM, 87109-3734
 
ZIP Code
87109-3734
 
Solicitation Number
NRCS-01-NM-03
 
Response Due
3/7/2003
 
Point of Contact
James Parr, Contracting Officer, Phone 505-761-4412, Fax 505-761-4463, - James Parr, Contracting Officer, Phone 505-761-4412, Fax 505-761-4463,
 
E-Mail Address
james.parr@nm.usda.gov, james.parr@nm.usda.gov
 
Description
STATEMENT OF WORK This is a solicitation of SF-254's and SF-255's for Indefinite Delivery Indefinite Quantity (IDIQ) Architect-Engineer (A&E) services contract for work within the state of New Mexico. The contract will include one base year and an option for two additional years. 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 $600,000. The maximum order amount for each contract period (base year and each option year) shall be $600,000. The guaranteed minimum 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 and engineering designs for various flood prevention and water resources projects within New Mexico. Surveys required may consist of but are not limited to any part or all of the following activities: topographic / planimetric surveys, horizontal and vertical control surveys, aerial surveys, design surveys, development of graphical representations of survey data collected, construction layout surveys, surveys for quantity computations, and surveys for verification of final grade. Planning activities may be required to conduct preliminary project planning and supporting studies. Such work to be in accordance with Economic and Environmental Principles and Guidelines for Water and Related Land Resources Implementation Studies (P&G) and other federal rules and regulations. Accordingly, each team should demonstrate sufficient intra-disciplinary expertise to accomplish the requirements of P&G (including, but not limited to, expertise in completing National Environmental Policy Act documentation, cultural resource assessment, and economic analysis of flood control projects). Design activities required may consist of but are not limited to any part or all of the following activities: design water resources project features, develop dam hazard classifications, prepare construction specifications, prepare construction drawings, prepare landrights work maps, prepare construction cost estimates, prepare bid schedules, quantity computation checks and certifications, and prepare design 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, seepage, etc.), earth embankments, soil-cement structures, roller compacted concrete structures, earthwork, reinforced concrete structures, rock riprap placement, steel structures and structural fabrication, and channel bank stabilization measures. The firm will be required to perform engineering surveys and engineering design activities in accordance with Natural Resources Conservation Service (NRCS) standards and certify that all surveys and designs meet 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. All drawings will be computer generated in *.dwg format. Well-documented 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 employed on a full time basis, a Registered Professional Engineer in the state of New Mexico and have a minimum of ten years experience in engineering designs of flood prevention and water resource projects. (2) Associated with or have a minimum of one surveyor with a minimum of ten years experience in engineering surveys for water resource projects. (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) Demonstrate sufficient capacity and experience to conduct planning in accordance with procedures established in P&G and complete required environmental and cultural resource evaluations in accordance with the National Environmental Policy Act (NEPA) and related environmental documentation. SELECTION CRITERIA: Firms meeting the preselection criteria will be evaluated and ranked using the following selection criteria: (1) 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. (2) Specialized experience and technical competence in the type of work required. Evaluation will be based on the extent of directly related experience in preparing project plans in accordance with P&G and NEPA; 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 flood prevention and water resource projects in New Mexico. Evaluation will include experience using SITES, HEC-RAS, TR-66, TR-20, URB1, ECON2 and HEC-FDA computer models, following TR60 guidelines, hydrologic and hydraulic design of complex watersheds, designing complex foundation and drainage features, and experience in the engineering survey and engineering design of NRCS/COE flood prevention and water resource projects. Examples of work shall be documented for review, as well as a description of the type work performed on SF-254's and SF-255's. These work descriptions will be evaluated based on documented complexity of work performed. (3) Capacity to accomplish the work. Evaluation will be based upon the number of personnel available in the disciplines described above, previous working relationships of team members, 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. The above evaluation factors listed in their order of importance, are (2) 40% being most important, factors (1) 20%, (3) 20%, and (4) 20% being equally important. Firms, which meet the requirements described in this announcement, are invited to submit 4 copies of a Standard Form 254, Architect Engineer and Related Services Questionnaire; and 4 copies of a Standard Form 255, Architect Engineer and Related Services Questionnaire for a Specific Project. Interested firms must submit their SF-254's and SF-255's not later than March 7, 2003, 2 p.m. MST to the attention of the Contracting Officer. Only those firms responding by that time will be considered for selection. After an initial evaluation, which takes approximately 45 days, the two most highly rated firms will be selected. This is not a Request for Proposal. Any questions should be addressed to the Contracting Officer, Jim Parr, at the New Mexico State Office, 6200 Jefferson NE, Albuquerque, NM 87109-3734 or by calling at 505-761-4412. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (03-FEB-2003). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 29-JUL-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/NRCS/NMSO/NRCS-01-NM-03/listing.html)
 
Record
SN00386603-F 20030731/030729223902 (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.