Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2003 FBO #0754
SOLICITATION NOTICE

C -- NRCS - Geotechnical Services

Notice Date
12/19/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Kentucky State Office, 771 Corporate Drive, Suite 210, Lexington, KY, 40503-5479
 
ZIP Code
40503-5479
 
Solicitation Number
Reference-Number-NRCS-04-KY-04
 
Response Due
1/21/2004
 
Archive Date
2/5/2004
 
Point of Contact
Connie McKinney, Contract Specialist, Phone 859-224-7395, Fax 859-224-7393,
 
E-Mail Address
connie.mckinney@ky.nrcs.usda.gov
 
Description
The Natural Resources Conservation Service in Kentucky has a requirement for geotechnical services. The work will include hydrologic analysis, hydraulic proportioning, foundation and subsurface investigations, construction material ? borrow source investigations and testing, auxiliary spillway evaluations, onsite sampling of materials, geotechnical and soil mechanics reports as necessary to provide data adequate to serve as a basis for design of the structures. Also included are preliminary designs, final designs, development of detailed drawings and specifications, and computations of quantities and cost estimates for the construction of one multipurpose municipal water supply structure and one floodwater retarding structure to be built in the Rockhouse Creek watershed. The locations of these structures are on Laurel Creek and Rockhouse Creek respectively, approximately 6 ? miles east of Hyden, Kentucky in Leslie County. The contract will consist of the following phases: Phase I ? Field Surveys and Mapping which includes topographic mapping, staking for geologic investigations, and preparation of reports. Phase IIa ? Geologic Investigations which includes auger and rock core borings, field sampling, field testing, laboratory testing and analysis, project geologist services, and preparation of geology reports. Phase IIb ? Soil Mechanics which includes a testing plan, field sampling, field testing, laboratory testing, analyses of slope stability, seepage, and settlement. Also included is identification of fill materials and borrow sources and preparation of soil mechanics reports with recommendations. Phase III ? Preliminary Design which includes hydrologic analysis, hydraulic proportioning, breach inundation mapping, stream flow diversion plans, preliminary drawings and specifications, quantities, cost estimates, and development of project plan maps. Phase IV ? Final Design which includes preparation of final structure designs and details, preparation of final drawings and specifications, preparation of final quantities, cost estimates and construction schedules. Phase V ? Consulting Services During Construction and Changes which includes providing consultative services at the job site to the contracting officer during construction, determination of differing site conditions, and making changes in designs, drawings, and specifications as needed. This announcement is open to all businesses regardless of size. The North American Industrial Classification System (NAISC) code is 541330. The Small Business Size Standard is $4.0 million. Firms qualified and interested in providing geotechnical services of the types listed above are hereby invited to submit SF-254 (Architect-Engineer and Related Services Questionnaire) and SF-255 (Architect-Engineer and Related Services Questionnaire for Specific Project). These forms and forms-filling software are available through the General Services Administration forms library at http://www.gsa.gov/. In evaluating proposals, the following criteria will be applied, with all factors being of equal importance. Professional qualifications necessary for satisfactory performance of required services. Evaluation will be based on personnel selected to perform proposed work, including specialized technical skills, project coordination, management skills, and experience working together as a team. 2) Specialized experience and technical competency in the type of work required. Evaluation will be based on experience related to preparation of preliminary and final designs, specifications, and drawings for the type of work required. 3) Capacity to accomplish the work within required performance time. Evaluation will be based on volume and nature of present workload as it relates to the ability to perform the required work and the availability of additional contractor personnel or consultants to support expansion or acceleration of the work. List your firm's equipment, personnel available, and procedures used to ensure reasonable deadlines are met. Indicate staff organization (who will do what) with position title and anticipated level of involvement for each area on this project. Indicate your firm's knowledge of and approach you have used on projects of a similar nature and how on previous projects you resolved problems. Include any proposed subcontractor and specify what duties they would perform. 4) Past performance on contracts with federal, state and local agencies and private industry. Evaluation will be based on the quality, as demonstrated by sound technical knowledge and judgment, and timeliness of performance under previous contracts. REference with telephone numbers must be provided. Selection of firms for negotiation shall be through an order of preference based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required. Following the initial evaluation of the qualification and performance data submitted, discussions will occur with three or more firms. Interested and qualified firms are invited to submit 4 copies of a completed SF-254 and 4 copies of a completed SF-255 to this office no later than January 21, 2004. Only firms responding by this time and date will be considered for selection. This is not a Request for Proposal. Any questions, as well as submittals, should be addressed to the Contracting Officer, Connie McKinney, at NRCS State Office, 771 Corporate Drive, Suite 210, Lexington, KY 40503, or by calling 859 224-7395.
 
Place of Performance
Address: Lexington, Kentucky
Zip Code: 40503
Country: USA
 
Record
SN00492912-W 20031221/031219211924 (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.