Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2004 FBO #0913
SOLICITATION NOTICE

C -- Comprehensive Nutrient Management Plans within the state of New Jersey

Notice Date
5/25/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Pennsylvania State Office, One Credit Union Place, Suite 340, Harrisburg, PA, 17110-2993
 
ZIP Code
17110-2993
 
Solicitation Number
NRCS-04-NJ-01
 
Response Due
6/28/2004
 
Archive Date
7/2/2004
 
Point of Contact
Tim Sittig, Contract Specialist, Phone 717-237-2245, Fax 717-237-2238,
 
E-Mail Address
tim.sittig@pa.usda.gov
 
Description
Please note that the services will be rendered within the state of New Jersey. The Natural Resources Conservation Service announces a Request for Qualifications (RFQ) for Architect and Engineering firms interested in contracting for A&E Services for preparation and implementation of Comprehensive Nutrient Management Plans (CNMP) including development of nutrient management plans and design of agricultural waste management systems for livestock operations in New Jersey. Engineering services are required for the preparation of plans, specifications, cost estimates, related studies, and all associated engineering services for the design and construction. Construction activities will include construction inspection, checkout, and certification. Projects are located primarily in Sussex, Warren, and Hunterdon counties, and potentially other locations in New Jersey. The government contemplates the award of approximately one (1) to three (3) Indefinite Delivery, Indefinite Quantity (IDIQ) contracts resulting from this competition. The initial contract period will be for one year and the government may, at its option, extend the contract to a maximum of three (3) years by exercising each of two (2) one-year renewal options. Work under each of the contracts will be subject to satisfactory negotiation of individual task orders. The firms selected for contract are guaranteed a minimum of $5,000 in fees for the base year. Funding for these contracts is through the NRCS EQIP program. It is anticipated that a maximum of $90,000 will be available for all contracts in total for each year of the contract. This amount however could vary from year to year. Task Orders are expected to include nutrient management planning and civil, agricultural, and or environmental engineering services for preliminary investigation, design, and construction supervision of the defined project. Services requested may require performing (1) field investigations; (2) engineering surveys; (3) geologic and soils investigations, (4) design and preparation of engineering plans and construction specifications, (5) construction layout and certification of completed practices in accordance with NRCS policies, standards, specifications and handbooks. The construction and design documents prepared under these contracts shall be produced in electronic format conforming to approved NRCS computer software. All drawings will be submitted using AutoCAD, version 2000 or later or other similar CAD software that is directly convertible to AutoCAD. The total annual value of the proposed construction projects that result from these engineering services is estimated to be between $250,000 and $500,000 with an average cost per project of $50,000 to $100,000. PRE-SELECTION CRITERIA: Firms must meet the following criteria in order to be considered for an award under this requirement. (1) Have a minimum of one Registered Professional Engineer licensed in the State of New Jersey as key personnel for this contract. (2) Have a minimum of one individual certified as a nutrient management specialist in conformance with the certification criteria listed in the NRCS TechReg (http://techreg.usda.gov) as key personnel for this contract. SELECTION CRITERIA: Firms meeting the preselection criteria will be evaluated and ranked using the following criteria (not necessarily in this order): 1. Specialized experience and technical competence in the type of work required including nutrient management, soil mechanics, hydrology, hydraulics, surveying, structural design, and construction oversight. Evaluation will be based on the extent of directly related work experience development of comprehensive nutrient management plans and in the area of agricultural waste management including experience with NRCS technical documents, standards, and specifications. Examples of work for review shall be documented on form SF-330. (30%) 2. Professional qualifications necessary for satisfactory performance of required services. 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 on this contract. (25%) 3. Capacity to accomplish work in required timeframe. Firms are required to assess and relate capacity to mobilize and apply the necessary job skills as required to meet schedules without interference from other assignments or jobs. Evaluation will be based upon the number of personnel available in the required disciplines, the quantity of existing work under contract, and the schedules for completion of the existing work. (20%) 4. Past performance on contracts with government agencies, private industry, and individual landowners. Evaluation will be based upon the firm?s experience with other government agencies, the private sector, and individual landowners in performing the required work in terms of cost control, quality of work, and timeliness of work performance under previous contract. References with telephone numbers must be provided. (15%) 5. Location in the general geographic area, and knowledge of the locality of the projects. Evaluation will be based upon the firm?s proximity to the counties where the work is to be performed and demonstrated experience in performing work in locations with climate and natural resources similar to that which occurs in the project area. (10%) Those firms that meet the requirements described above and wish to be considered for qualification are invited to submit a Standard Form 330, Architect-Engineer Qualifications Parts I and II to Timothy Sittig, Contracting Officer, Natural Resources Conservation Service, Pennsylvania State Office, One Credit Union Place, Suite 340, Harrisburg, PA 17110-2993. Responses must be received in this office no later than 2:00 p.m. EDT, June XX, 2004. Any incomplete responses or responses received after this time will not be accepted and will be returned to the offeror. In order to comply with the Debt Collection Improvement Act of 1996, all Offerors must be registered in the federal Central Contracting Registration (CCR) to be considered for an award of a federal contract. For information regarding registration log-on to the CCR web site at www.ccr.gov. Original Point of Contact Administrative: Timothy Sittig, Contract Specialist, Phone 717-237-2245, Fax 717-237-2238, Email tim.sittig@pa.usda.gov Technical: David Lamm, State Conservation Engineer, Phone 732-537-6071, Fax 732-537-6095, E-mail dlamm@nj.usda.gov
 
Place of Performance
Address: various counties in New Jersey
 
Record
SN00591886-W 20040527/040525211804 (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.