Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2004 FBO #0808
MODIFICATION

C -- Waste Storage Facilities

Notice Date
2/11/2004
 
Notice Type
Modification
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Iowa State Office, 693 Federal Building 210 Walnut Street, Des Moines, IA, 50309-2180
 
ZIP Code
50309-2180
 
Solicitation Number
NRCS-02-IA-04
 
Response Due
3/12/2004
 
Point of Contact
Michelle Bales, Contract%25252BSpecialist, Phone 515-284-4506, Fax 515-284-4767,
 
E-Mail Address
michelle.bales@ia.usda.gov
 
Description
The Natural Resources Conservation Service (NRCS) in Des Moines, Iowa is seeking assistance from private sector Architect and Engineering individuals, firms and entities interested in the design of animal waste management systems and other engineering services required as part of an animal waste management system. This is a request for the Form SF 254, Architect-Engineer, and the Form SF 255, Architect-Engineer Services Questionnaire. These forms are being replaced with the Form SF 330, Architect-Engineer Qualifications, but this new form SF 330 is not for mandatory use until June of 2004. Please submit the SF 254 and SF 255 along with a list of counties in Iowa in which the firm is offering to perform services by 4:30 pm CST, close of business on March 12, 2004. The firms will be ranked to perform Engineering services contract work within the state of Iowa. Multiple awards may be made based upon workload and the distribution of projects throughout the state. The contract will include one base-year and four option-year periods. Task could include performance of any part or all operations necessary to perform engineering surveys, engineering designs, construction layout, inspection, checkout, reporting, and preparing as-built drawings for various animal manure and wastewater handling and storage projects. Surveys required may consist of, but are not limited to, any part or all of the following activities: topographic surveys, design surveys, geotechnical surveys, construction layout surveys and construction checkout surveys. Design activities required may consist of, but are not limited to, any part or all of the following activities: geologic investigation, design animal manure and wastewater handling and storage project components, prepare construction specifications, prepare construction plans (drawings), prepare cost estimates, quantity computation checks, and prepare design folders. Construction activities will include construction inspection, checkout, preparation of as-built plans, and certification and reporting of the completed project. Projects will 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, sediment basins, and other conservation practices that may be necessary as a component of an animal waste management system. 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. Designs must meet all local, state, and federal regulations. NRCS standards can be found in the Iowa NRCS Field Office Technical Guide (FOTG) which can be accessed on the internet. Design guidance can be found in the NRCS Agricultural Waste Management Field Handbook (AWMFH) or Engineering Field Handbook (EFH). All drawings, including the as-builts, will be computer generated in *.dwg format. Electronic copies and original hard copies are to be furnished to NRCS. ELIGIBILITY CRITERIA: Firms must meet the following criteria in order to be considered eligible to be ranked under this notice: (1) Have a minimum of one engineer that is a Registered Professional Engineer in the state of Iowa and have a minimum of five years experience in engineering designs of animal manure and wastewater handling and storage projects. (2) Partner with or have a minimum of one surveyor with a minimum of five years experience in engineering surveys. (3) Have a minimum of one draftsperson employed on a full time basis with a minimum of five years CAD experience (4) Partner with or have a minimum of one geotechnical professional with a minimum of five years experience. SELECTION CRITERIA: Firms meeting the eligibility 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, certifications, and licenses. Consideration will be given to those firms with knowledge of and direct experience in the design and application of animal manure and wastewater handling and storage projects in Iowa. Some key areas of expertise that will be evaluated include hydrologic and hydraulic design of animal waste systems, designing clay and flexible liners, geotechnical investigations and soil mechanics, design of earthen and concrete storage structures, and the design of component structures such as wastewater filter strips. Examples of previous 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 firms past experience with other government agencies and the private sector in performing the requirements described; the quality and timeliness of performance under previous contracts. A minimum of three references with telephone numbers must be provided. (5) Location in the general geographic area. Evaluation will be based upon the firms? proximity to the counties throughout the state in which they are requesting to perform work. Firms, which meet the requirements described in this announcement, are invited to submit four (4) copies each of a Standard Form 254, Standard Form 255, and the list of counties in which they are interested in providing services to the contracting office address listed above to the attention of the Contracting Officer by the 4:30 pm CST, close of business Friday, March 12, 2004. Only those firms responding by that time will be considered for ranking.
 
Place of Performance
Address: Various Locations in Iowa.,
 
Record
SN00520367-W 20040213/040211211958 (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.