Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2004 FBO #0818
SOLICITATION NOTICE

C -- Environmental Quality Incentive Program (EQIP)

Notice Date
2/20/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Connecticut State Office, 344 Merrow Road, Suite A, Tolland, CT, 06084-3917
 
ZIP Code
06084-3917
 
Solicitation Number
NRCS-02-RI-04
 
Response Due
3/26/2004
 
Point of Contact
Alan Leta, Contract Specialist, Phone 860-871-4031, Fax 860-871-4054,
 
E-Mail Address
alan.leta@ct.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The Natural Resources Conservation Service (NRCS) in Connecticut and Rhode Island, under the Environmental Quality Incentive Program (EQIP) and the Drought Assistance Program (DAP) is seeking services for participants as required to implement irrigation practices in support of conservation management systems. These components may include but are not limited to: irrigation pipelines (both low and high pressure); subsurface drainage systems; micro irrigation (drip/trickle emitters); pump sizing/selection; canals and ditches; irrigation water management practices. Services to be provided may include but are not limited to site investigation, surveying; hydrology, hydraulic design, preparation of construction drawings and specifications, construction site layout, construction observation, quality assurance testing and preparation of As-builts . Where required, the designer must be licensed and registered in the state where the work is performed. All services shall be provided in accordance with applicable NRCS policy and criteria. The type of contract to be awarded will be an (IDIQ) Indefinite Delivery and Indefinite Quantity contract, consisting of one or more work orders. Work will be ordered on an as needed basis beginning approximately May 1, 2004 through September 30, 2004 for the base year with the option on the part of the Government to renew for three (3) option periods at one year each. The minimum the Government must order per contract is no less than $2,500 in services during the contract period. The maximum the Government may order per contract in the base year or any of the individual option years shall not exceed $100,000 per contract. Firms will be evaluated on the following factors: (1) Professional qualifications necessary for satisfactory performance of required services - include a list of designers, engineers and other key personnel and indicate the percentage of time they will be available if assigned this project (25 points). (2) Specialized experience and technical competence in the type of work required (25 points). (3) Capacity to accomplish the work in the required performance time (15 points) - evaluation will be based on ability to accomplish multiple work orders to completion within performance time and the ability to add personnel and/or consultants to complete work on time. (4) Past performance on contracts with USDA-NRCS, other Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules (20 points) - list and document references, including contact information, for past projects similar in scope. (5) Location in the general geographic area of the project and knowledge of the locality of the project area (15 points) - for firms outside of the general project area, provide plan to provide service in a cost effective manner. Interested and qualified firms should submit no later than 4:00 p.m. on March 26, 2004: (1) a Standard Form 254, Architect-Engineer and Related Services Questionnaire; (2) a Standard Form 255, Architect-Engineer and Related Services Questionnaire for Specific Projects. Please limit narrative responses to one page per evaluation factor. This solicitation is a TOTAL SMALL BUSINESS SET-ASIDE. The Small Business size is based on NAICS code 541370, which is $4 million average annual income.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/NRCS/CTSO/NRCS-02-RI-04/listing.html)
 
Place of Performance
Address: Rhode Island and Connecticut State wide
 
Record
SN00527286-F 20040222/040220232525 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.