Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2004 FBO #0905
SOLICITATION NOTICE

C -- Architect and Engineering Services

Notice Date
5/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Georgia State Office, Federal Building, Box 13 335 E. Hancock Avenue, Athens, GA, 30601-2769
 
ZIP Code
30601-2769
 
Solicitation Number
NRCS-9-GA-04
 
Response Due
6/21/2004
 
Archive Date
7/6/2004
 
Point of Contact
Carolyn Adams, Contract Specialist, Phone 706-546-2062, Fax 706-546-2157,
 
E-Mail Address
carolyn.adams@ga.nrcs.usda.gov
 
Description
The Natural Resource Conservation Service ? Georgia requires the services of Architect-Engineering (A-E) firms for a minimum of two and maximum of seven multidisciplinary Firm-Fixed Price; 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. The contract will include one base year and four option year periods. Work under this contract to be subject to satisfactory negotiation of individual task orders. The price of any single task order shall be at least $5,000 but shall not exceed $1,000,000. The total for all orders placed during the contract period (base year and all option years) shall not exceed $1,000,000. There shall be no guaranteed minimum for the base period or for the option periods, if exercised. Task orders could include performance of any part or all operations necessary to perform hydrologic and hydraulic analyses for various watershed structure rehabilitation projects within Georgia. Hydrologic and hydraulic (H&H) studies are the prerequisite for design, and eventually construction, of the most economically efficient, socially acceptable, and environmentally defensible alternative which preserves life and property. H&H studies may consist of but are not limited to any part or all of the following activities: topographic / planimetric surveys, horizontal and vertical control surveys, breach analysis, hazard classification study, full evaluation of the structure in its current state, as if decommissioned, and any number of different structural alternatives including but not limited to alteration of the vegetated spillway, installation of a chute spillway, labyrinth weir, ogee weir or overtopping protection by means of roller compacted concrete or articulated concrete block. The firm will be required to interpret geotechnical reports and accurately apply the data to integrity analyses of vegetative alternatives. The firm will be required to develop a conceptual engineering plan of all feasible solutions for modifying the dam. Engineering drawings and a preliminary cost estimate must be included as a part of all conceptual plans. The firm will be required to perform engineering surveys and engineering H&H activities in accordance with NRCS standards and certify that all surveys and analyses meet NRCS criteria. Requests to evaluate any number of the alternatives using State of Georgia, Department of Natural Resources, Safe Dams Program criteria can be made. All data will be assembled into a final report following required format guidelines. PRESELECTION CRITERIA: Firms must meet the following criteria in order to be considered for an award under this requirement. (1) Have a minimum of two engineers employed on a full time basis. (2)Lead engineer must be a Registered Professional Engineer in the state of Georgia, must also be an engineer of record with the Georgia Department of Natural Resources, Safe Dams Program and have a minimum of fifteen years responsible experience in the design of earthen dams. (3) Hydraulic/hydrologic engineer with a minimum 10 years responsible experience in the hydraulic design of dams. (4)Associated with or have a Structural engineer with a minimum 10 years responsible experience in the design of reinforced concrete structures for dams. (5) Associated with or have a Geotechnical engineer with a minimum 10 years responsible experience in the investigation and design of earthen dams. (6) Associated with or have a minimum of one surveyor with at least ten years experience in engineering surveys for water resource projects. (7) Employ a draftsperson on a full time basis with a minimum of five years CAD experience. (8) Firm has an office located within 200-mile radius of Athens, GA. SELECTION CRITERIA: Firms meeting the preselection criteria will be evaluated and ranked using the following selection criteria: (1) 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. (2) 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, H&H analysis and report development for the types of projects described; and all other applicable education, training, and certifications. Consideration will be given to those firms with knowledge of and direct experience in the application of the described requirements for dam rehabilitation projects in Georgia. Evaluation will include experience using SITES, DAMBRK, HEC-RAS, TR66, TR20 computer models, following TR60 guidelines, hydrologic and hydraulic design of complex watersheds and impoundment structures, designing complex foundation and drainage features, and experience in the engineering survey and engineering design of NRCS/COE flood prevention and water resource projects and/or State of Georgia Safe Dams Program regulated structures. Examples of work shall be documented for review, as well as a description of the type work performed on SF-330. These work descriptions will be evaluated based on documented complexity of work performed. (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. The above evaluation factors listed in their order of importance are; item 2 being most important (40%), items 1, 3, and 4 being equally important (20%). Firms, which meet the requirements described in this announcement, are invited to submit 4 copies of a Standard Form 330, Architect Engineer Qualifications. Interested firms must submit their SF-330 no later than June 21, 2004, 5 p.m. EST. to the attention of the Contracting Officer. Only those firms responding by that time will be considered for selection. After an initial evaluation, which takes approximately 45 days, two (2) to (7) seven of the most highly rated firms will be selected. This is not a Request for Proposal. Any questions should be addressed to the Contracting Officer. NAICS Code 541330 is applicable to this solicitation.
 
Place of Performance
Address: Northern Georgia
Country: USA
 
Record
SN00586949-W 20040519/040517211732 (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.