Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2004 FBO #0865
SOLICITATION NOTICE

C -- A&E DESIGN OF NEW DAMS AND FOR THE REHABILITATION OF EXISTING EARTHFILL DAMS

Notice Date
4/7/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, West Virginia State Office, 75 High Street, Room 301, Morgantown, WV, 26505
 
ZIP Code
26505
 
Solicitation Number
NRCS-3-WV-2004
 
Response Due
5/7/2004
 
Point of Contact
William Doerr, Supervisory Contract Specialist, Phone 304-284-7556, Fax 304-284-4839, - Nikki Moody, Program Assistant, Phone 304-284-7577, Fax 304-284-4839,
 
E-Mail Address
bill.doerr@wv.usda.gov, nikki.moody@wv.usda.gov
 
Description
The contractor shall furnish the necessary personnel, equipment, labor, materials, transportation, office space, and related facilities and materials to perform the services described herein. All submittals, including SF-254 and SF-255 documents, shall be originals. NO FAX copies shall be accepted. The services provided shall consist of preparing analysis, design, and construction drawings and specifications for new dams and for rehabilitation of existing earthfill dams at various locations in West Virginia. The work will include, but not limited to, hydrologic analysis, hydraulic proportioning, foundation investigation and evaluation, structural design, preparation of detailed construction drawings and specifications, computation of quantities and cost estimates, and production of operation and maintenance manual. The contract will consist of the following phases: Phase I - Plan of Work. The Architect-Engineer (A-E) shall review the project documents and make necessary field visits in order to prepare a detailed plan of work to describe the scope and intensity of investigations necessary to accomplish the designs, drawings, and specifications. The plan shall identify the objectives of the proposed work, identify the tasks necessary to accomplish the work, set a schedule for completing each task, and determine the cost of accomplishing each task. Phase II - Development of Data Base. The A-E shall develop the necessary data to design the structural elements by performing field surveys and mapping; conducting subsurface investigations and field testing; obtaining field samples; performing laboratory testing of samples; preparing geology and soil mechanics reports; identifying borrow sources; and collecting basic hydrologic data and parameters. Investigation and evaluation of existing features shall be performed as necessary. Phase III - Preliminary Design. The A-E shall develop a preliminary design of the dam and appurtenances by performing the hydraulic proportioning and the preliminary foundation, structural, and site design. The breach inundation mapping, a stream flow diversion plan, the preliminary drawings and specifications, the preliminary estimated quantities, and the preliminary cost estimate for construction shall be developed during this phase. The preliminary design shall be supported by test data, calculations, hydrology, hydraulic and dimensional calculations, and design drawings. Phase IV - Project Plan Map and Stakeout. The A-E shall develop a project plan map showing the dam, spillways, permanent pool, flood pool, and all features impacted by the construction of a new dam, or the rehabilitation of an existing earthfill dam, and perform a stake out of the essential features shown on the project plan map. Phase V - Final Design. The A-E shall revise the preliminary design and prepare the final design; prepare final structural design and details; prepare final construction drawings and specifications, quantities and cost estimates, and construction schedule; and prepare a quality assurance plan for during construction and an operation and maintenance manual for after construction. The final construction drawings and specifications shall be prepared in contract form for use in a construction contract. Phase VI - Services During Construction. The A-E shall provide services to the contracting officer during construction of the improvements designed under this contract; such as, making changes in design, drawings, and specifications, providing interpretations of the drawings and specifications, reviewing shop drawings, and providing consultation services as requested by the contracting officer. The type of contract that will be awarded is an Indefinite Delivery and Indefinite Quantity contract, which will consist of one or more work orders, the total of which will not exceed $2,000,000 per contract period. The minimum the Government must obtain is no less than $2,500 in services per contract period. The contract will have a base period of one (1) year and four (4) option periods of one (1) year each. Firms will be evaluated on the following factors: (1) Professional qualifications necessary for satisfactory performance of the required services (20%); evaluation will be based on experience and qualifications of proposed key personnel including specialized technical skills, project coordination, management skills, and experience working together as a team. (2) Specialized experience and technical competence in the type of work required (35%); 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 in the required performance time (20%); 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. (4) Past performance on contracts with federal, state, and local agencies and private industry (15%); evaluation will be based on the quality, as demonstrated by sound technical knowledge and judgment, and timeliness of performance under previous contracts. (5) Location in the general geographical area and knowledge of the locality of the area (10%); evaluation will be based on proximity to West Virginia and the extent of previous work performed in the state of West Virginia. Interested and qualified firms should submit a completed SF-254 and SF-255 to this office no later than May 7, 2004. One original and five copies of all materials shall be submitted. Only firms responding by this date will be considered for selection.
 
Place of Performance
Address: Various Counties in West Virginia
 
Record
SN00561500-W 20040409/040407211806 (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.