Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2004 FBO #0867
SOLICITATION NOTICE

C -- Architect-Engineer Services for Preparing, Designing, and Implementing Conservation Practices in Virginia (ID/IQ)

Notice Date
4/9/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Virginia State Office, Culperer Building 1606 Santa Rosa Road, Richmond, VA, 23229-5014
 
ZIP Code
23229-5014
 
Solicitation Number
NRCS-07-VA-04
 
Response Due
5/11/2004
 
Point of Contact
Denise Darby, Contract Specialist, Phone 804-287-1630, Fax 804-287-1734, - Twyla Gendron, Purchasing Agent, Phone 804-287-1628, Fax 804-287-1734,
 
E-Mail Address
denise.darby@va.usda.gov, twyla.gendron@va.usda.gov
 
Description
The USDA Natural Resources Conservation Service (NRCS) in Virginia announces a Request for Qualifications from Architect and Engineering (A&E) firms interested in contracting for Services for design, construction, construction inspection and certification of conservation practices and other types of civil, agricultural, and/or environmental engineering services required to design and install conservation practices in four Service Areas in Virginia which are: Harrisonburg Service Area-Arlington, Augusta, Clarke, Culpeper, Fairfax, Fauquier, Frederick, Greene, King George, Loudoun, Madison, Orange, Page, Prince William, Rappahannock, Rockingham, Shenandoah, Spotsylvania, Stafford, and Warren Counties. Christiansburg Service Area- Alleghany, Amherst, Appomattox, Bath, Bedford, Bland, Botetourt, Buchanan, Campbell, Carroll, Craig, Dickenson, Floyd, Giles, Grayson, Highland, Lee, Montgomery, Patrick, Pulaski, Roanoke, Rockbridge, Russell, Scott, Smyth, Tazewell, Washington, Wise, and Wythe Counties. Farmville Service Area- Albemarle, Amelia, Brunswick, Buckingham, Charlotte, Cumberland, Fluvanna, Franklin, Goochland, Halifax, Henry, Louisa, Lunenburg, Mecklenburg, Nelson, Nottoway, Pittsylvania, Powhatan, and Prince Edward Counties. Smithfield Service Area- Accomack, Caroline, Charles City, Chesapeake-City, Chesterfield, Dinwiddie, Essex, Gloucester, Greensville, Hanover, Henrico, Isle Of Wight, James City, King And Queen, King William, Lancaster, Mathews, Middlesex, New Kent, Northampton, Northumberland, Prince George, Richmond, Southampton, Suffolk-City, Surry, Sussex, Virginia Beach-City, Westmoreland, and York Counties. This procurement will be evaluated using Brooks Act procedures. This procurement is unrestricted and is therefore open to all businesses regardless of size. The primary North American Industrial Classification System Code (NAICS) is 541330, which has a size standard of $4 million in annual average receipts. Firms will be selected for negotiation based on demonstrated competence for the required work. Contracts may be negotiated and awarded up to one year after completion of the selection process. The government contemplates the award of one to four possible multiple Firm-Fixed Price Indefinite Delivery, Indefinite Quantity (IDIQ) type contracts. Tasks may be directed based on qualifications of the firms. The period of performance for the base year will run from contract award through September 30, 2004. The government may, at its option, extend the contract to a maximum of five years by exercising each of the four one year renewal options. Work under each of the contracts will be subject to satisfactory negotiation of individual task orders. The maximum order amount for any contract period (base year and each option year) shall be for the total value of the contract awarded. The minimum order amount per fiscal year will be $5,000 with a maximum amount of $250,000. Task orders will be negotiated as firm fixed-price procurements for individual or clusters of conservation practices. PROJECT INFORMATION: Engineering services are required for the preparation of plans, specifications, cost estimates, related studies, and all associated engineering services for the planning, design and construction of conservation practices at various locations in Virginia. Construction activities will include layout, construction inspection, checkout, and certification. A&E services are required to provide solutions to natural resource problems including but not limited to design and installation services of the following Conservation Practices: Waste Storage Facility, Animal Mortality Facility, Watering Facility, Wetland Restoration, Irrigation Systems and associated conservation practices. Engineering services are required to perform all phases of preliminary investigation, design, construction inspection (quality assurance) and certification of conservation practices. Services requested may require performing field investigations, engineering surveys, geologic and soils investigations, design, preparation of engineering plans and construction drawings, construction layout, construction inspection and checkout certification of completed practices in accordance with NRCS standards, specifications, policy, handbooks and documentation requirements. Applicable references include, but are not limited to Section IV of the Field Office Technical Guide, National Engineering Handbook Series, the Engineering Field Handbook, Irrigation Guide, Agricultural Waste Management Field Handbook, National Engineering Manual and Virginia supplements to the referenced documents. More information can be found at the following website: http://www.nrcs.usda.gov/technical These contracts could include design for repair and replacement of existing systems and review of services provided by other A&E firms. Services may involve direct consultation, inspection of construction for a specific project, including reviews and approvals of shop drawings, material selections, and quality control testing such as those associated with concrete placement and earthfill compaction. Responses should include proposed sub-consultants for all disciplines including surveying, civil, hydrology, hydraulics, agricultural, environmental, geotechnical, and a biological knowledge of wetland science. Responses should also include the qualifications of personnel and description of facilities, materials, equipment and services to perform the type of tasks described by this notice. All design drawings will be submitted using AutoCAD, version 2000 or later or other similar CAD software that is directly convertible to AutoCAD. The estimated construction cost of the proposed individual construction projects will typically be between $3,000 and $250,000. PRESELECTION CRITERIA: The project manager must be a Licensed Professional Agricultural and/or Civil Engineer in the State of Virginia with a minimum of five years experience, and must have direct experience with the design and implementation of at least one of the conservation practices listed above. SELECTION CRITERIA: Selection of firms for negotiation shall be through an order of preference based upon demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required. The following criteria will be used in evaluating firms, with 1 and 2 being of relatively equal importance, 3 and 4 being equal, and 5 being less important. (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, engineering designs and construction installation services for the types of projects described; specialized education at the university level, and all other applicable education, training, and certifications. Consideration will be given to those firms with knowledge of and direct experience in the application and requirements of the selected conservation practices in Virginia. Evaluation will include experience and technical competence in the areas of soil mechanics, hydrology, hydraulics, surveying, structural design, CADD, wetland science, and animal waste storage facility design and installation. Examples of 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 firm?s past experience with other government agencies and the private sector in performing the requirements described; the quality and timeliness of performance under previous contracts. References with telephone numbers must be provided. (5) Location in the general geographic area. Firms must indicate Service Area(s) for which they would like to be considered. Evaluation will be based upon the firm?s proximity to the indicated Service Area(s). SUBMITTAL REQUIREMENTS: Interested and qualified firms that wish to be considered must submit three copies of a completed form SF-254 and SF-255 by May 11, 2004 no later than 4:00 p.m.. Only those firms responding by this date will be considered for selection. Mail to Denise Darby, Contract Specialist, Natural Resources Conservation Service, 1606 Santa Rosa Road, Suite 209, Richmond, VA 23229. Clearly indicate the office location where the work will be performed and the qualifications of the individuals and subcontractors proposed to work on the contract and their geographical location. Include the Firm?s Management Plan and a detailed contract-specific Design Quality Management Plan. Include an organizational chart, and qualifications of key personnel. Firms must indicate the Service Area(s) for which they would like to be considered. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of the firm, specialized technical expertise, or other requirements listed. Firms must provide a customer reference list with addresses and telephone numbers, and bidding records (low bid vs. estimate) for all projects listed as related experience, and a project workload schedule showing proposed team members for the project period. Questions should be addressed to Denise Darby via email at denise.darby@va.usda.gov. No further details to be given per telephone. All contractors must be registered in the Central Contractor Registration (CCR) to be considered for an award of a Federal Contract. For information regarding registration, contact the CCR Web Site at www.ccr.gov. This constitutes the entire solicitation and is not a request for proposals. Interviews for the purpose of discussing prospective contractor?s qualifications will be conducted either in person or by teleconference. See Note 24.
 
Record
SN00563104-W 20040411/040409211722 (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.