Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2004 FBO #0823
MODIFICATION

C -- Indefinite delivery type Architect-Engineer Contracts for Multidisciplinary Planning, Engineering, and Environmental Services for Projects in and Adjacent to South Carolina

Notice Date
2/25/2004
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, South Carolina State Office, 1835 Assembly Street, Room 950, Columbia, SC, 29201-2489
 
ZIP Code
29201-2489
 
Solicitation Number
NRCS-30-SC-04
 
Response Due
3/17/2004
 
Archive Date
4/1/2004
 
Point of Contact
Frank Killian, Contract Specialist, Phone 803-253-3974, Fax 803-253-3670,
 
E-Mail Address
frank.killian@sc.usda.gov
 
Description
******THIS MODIFICATION, EFFECTIVE 2-25-2004, changes the geographic location of this requirement to include sites to South Carolina only. No work is contemplated in states adjacent to South Carolina as implied by the title to this procurement. This modification also changes the wording of the numbered items under PROJECT INFORMATION to clarify that all services will be performed in accordance with the prescribed NRCS standards. This posting includes the combined synopsis/solicitation in its entirety. NOTE: This is the second modification to be posted. The original description file was inadvertently inserted in Modification No. 1; therefore, no changes were communicated in Modification No. 1.****** CONTRACT INFORMATION: The Natural Resources Conservation Service in South Carolina requires the services of Architect-Engineering (A-E) firms for a minimum of one and a maximum of five multidisciplinary Indefinite Delivery-Indefinite Quantity (IDIQ) Contracts. The acquisition process is being conducted in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. This announcement is open to all businesses regardless of size. North American Industrial Classification System code is 541330, which has a size standard of $4 million in average annual receipts. Firms will be selected for negotiation of based on demonstrated competence for the required work. Contracts may be negotiated and awarded up to one year after completion of the selection process. Each contract will consist of a base ordering period and four option periods, each period not to exceed one year, for a total of five years maximum. Each contract will obligate the Government to issue task orders totaling not less than $25,000 over the life of the contract, including any option periods. Fixed Fee schedules, labor rates and travel cost limitations will be negotiated with each selected firm and stated in the respective contracts. The total value of all task orders issued under one contract may not exceed $1,000,000. Task Orders will be awarded primarily for small projects for which the cost of construction, if any, will typically not exceed $100,000. Task orders will be Cost Reimbursement plus Fixed Fee. Each task order shall be funded based upon the successful negotiation of the contractor’s approved estimated cost proposal and time of completion for that task. Any limitations to the number of tasks orders that may be in effect concurrently under one contract shall be negotiated with each selected firm prior to award. Award of the first task order is anticipated to be on or about May 1, 2004. Funds are currently available for tasks orders that are awarded during the current fiscal year (10/03 through 9/04) but not for task orders issued after 9/30/2004. The allocation of requirements among concurrent contracts that are awarded as a result of this solicitation or any other solicitation for similar services will be made based upon a unilateral assessment by the Government of any or all of the following unranked issues: 1. Geographic location of the firm in relation to the work assignment; 2. Availability of transportation services in relation to the work assignment and the location of the offices where a substantial amount of the work will be performed; 3. Specialized experience and other qualifications of the firms under this and other multiple awarded contracts for A&E services; 4. Capacity of the firms under contract to perform the work, considering current contract work orders and services being provided other clients; 5. Complexity of this and other work assignments; and 6.Other factors as appropriate. PROJECT INFORMATION: Work will include civil, agricultural, and/or environmental engineering services consisting of those needed to design and implement elements of one or more Comprehensive Nutrient Management Plans (CNMPs) for livestock operations located entirely within the state of South Carolina. Specifically, engineering services required to perform all phases of preliminary investigation, design, and construction supervision of manure and agricultural wastewater handling and storage facilities. Services are also expected to include those required to design and implement grade stabilization practices and other designated conservation/engineering practices on lands where NRCS is authorized to work under various programs. Services requested may require (1) field investigations to perform engineering surveys, geologic and soils investigations, (2) soil mechanics (geotechnical) laboratory testing and analyses, (3) design and preparation of engineering plans and construction specifications, (4) performance of construction layout and certification of completed practices. All services will be performed in accordance with NRCS standards, specifications, and documentation requirements contained in Section IV of the Field Office Technical Guide, National Engineering Handbook, and the Engineering Field Handbook. Services may include preparation of the nutrient management components of CNMPs using NRCS approved computer software. Services may include design for the repair and/or replacement of existing systems, design review of other A&E firms, and construction phase services. Services will involve direct consultation, supervision and inspection of construction for a specific project, including reviews and approvals of shop drawings, material selections, quality control testing such as those associated with concrete placement, geomembrane or geosynthetic clay liners, and earth fill compaction. The preparation of construction and design documents in electronic format and with approved NRCS computer software is required. All design drawings will be submitted using AutoCAD, version 2004 or later, or other similar CAD software that is directly convertible to AutoCAD. LOCATION: The sites for which the CNMP related services are required are predominantly within South Carolina. Tasks may involve lands in North Carolina or Georgia that are managed together with lands in South Carolina. SELECTION CRITERIA: See Note 24 for a general description of the A-E selection process. Submittals must address each of the below listed selection criteria in sequence: (1) Specialized Experience, expertise of the firm in the types of work required; (2) Professional qualifications of experienced key personnel and consultants; (3) Capacity of the firm to perform the work; (4) Past performance of contracts both government and private industry in terms of cost control, quality of work and compliance with performance schedules; (5) Location, physical location of the firm. Factors (1), (2), and (3) are significantly more important than factors (4) and (5). Selection of firms shall be through an order of preference based on qualifications necessary for the satisfactory performance of the type of professional services described above. PRESELECTION CRITERIA: Project manager must be a Registered Professional Agricultural, Environmental, and/or Civil Engineer licensed in the State of South Carolina. SUBMITTAL REQUIREMENTS: Interested firms having the capabilities and qualifications to perform this work must submit two copies of the complete package in hard copy to the following address: ATTN: Frank Killian, Contracting Officer, USDA, NRCS, 1835 Assembly Street, Room 950, Columbia, SC 29201. Submittals are due March 17, 2004 by 4:00 PM local time. Submittals must be received no later than the stated time and date to be considered for a resulting contract. Submittals must include the following: (1) SF 255 (11/92 edition) for the prime firm, specifically addressing the requirements of this announcement. Include a point of contact and phone number in block 8c of the SF 255. In Block 10, describe the firm's over all Design Quality Management Plan. A detailed contract-specific Design Quality Management Plan, which includes quality control and quality assurance plans, will be prepared for Government approval as a condition of the award of each task order, but is not required with this submission. In Block 10, also indicate the estimated percentage involvement of each firm on the proposed team. (2) SF 254 (11/92 edition) both for the prime firm and for all subcontractors. Include the state, year, and discipline for each professional registration cited. Identify proposed sub-consultants for all disciplines including civil, agricultural, environmental, geotechnical, and soil mechanics engineering, and nutrient management planning and application. Include the qualification of personnel and description of facilities, materials, equipment and services to perform the type of tasks described by this notice. (3) An Organizational Chart indicating all key personnel (prime and consultants) to be utilized under this contract, including their office addresses, telephone/fax numbers and e-mail addresses, (4) Other information needed for evaluating the firm with respect to the stated selection criteria. This constitutes the entire solicitation and is not a request for proposals. There will be no solicitation package further created for this requirement. Interviews for the purpose of discussing prospective contractors qualifications will be conducted either in person or by teleconference. Questions should be addressed to Frank Killian using the contact information below.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/NRCS/SCSO/NRCS-30-SC-04/listing.html)
 
Place of Performance
Address: South Carolina
Zip Code: 29201
Country: USA
 
Record
SN00531329-F 20040227/040225234035 (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.