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 -- A&E Services with emphasis in animal waste systems, grade control structures and other types of types of civil, agricultural and/or environmental engineering services.

Notice Date
5/25/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Tennessee State Office, 675 U.S. Courthouse 801 Broadway, Nashville, TN, 37203-3878
 
ZIP Code
37203-3878
 
Solicitation Number
NRCS-15-TN-04
 
Response Due
7/10/2004
 
Archive Date
7/25/2004
 
Point of Contact
Gary Handley, Administrative Services Officer, Phone 615-277-2543, Fax 615-277-2580, - Gary Handley, Administrative Services Officer, Phone 615-277-2543, Fax 615-277-2580,
 
E-Mail Address
ghandley@tn.nrcs.usda.gov, ghandley@tn.nrcs.usda.gov
 
Description
The Natural Resources Conservation Service, Tennessee, announces a Request for Qualifications (RFQ) for Architect and Engineering firms interested in contracting for A&E Services with emphasis in animal waste management systems, grade control structures and other types of civil, agricultural, and or environmental engineering services as mentioned in this notice. SF-330, Architect-Engineer Qualifications, is being requested. This announcement constitutes the only solicitation. The government contemplates the award of one to three Firm-Fixed Price; Indefinite Delivery, Indefinite Quantity (IDIQ) type 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 five years by exercising each of the four one year renewal options. The matching of an A&E firm, under these and other multiple award contracts, to an individual work order need, will be made after considering factors such as: 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 firms location, 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. Work under each of the contracts will be subject to satisfactory negotiation of individual delivery orders. Each contract will be for a period of one base year and the government may, at its option, extend the contract for 4 one-year option periods. The firms selected are guaranteed a minimum of $5,000 in fees for the base and each subsequent year where the option is exercised and a maximum of $500,000 in fees for each year of the contract. Delivery Orders are expected to include civil, agricultural, and or environmental engineering services consisting of those needed to design and implement elements of a Comprehensive Nutrient Management Plan (CNMP). 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) design and preparation of engineering plans and construction specifications, (3) performance of construction layout and certification of completed practices in accordance with NRCS standards, specifications, and documentation requirements as set forth in Section IV of the Field Office Technical Guide, National Engineering Handbook, and the Engineering Field Handbook. Services may also include preparation of the nutrient management component of a CNMP using NRCS approved computer software. These open-ended contracts could include design for repair and replacement of existing systems, design review of other A&E firms, and construction phase services. Services may 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 and earth fill compaction. Responses should include proposed sub-consultants for all disciplines including civil, agricultural, environmental, geo-technical, and soil mechanics engineering, and nutrient management planning and application. Responses should also include the qualification of personnel and description of facilities, materials, equipment and services to perform the type of tasks described by this notice. 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 2000 or later or other similar CAD software that is directly convertible to AutoCAD. PRESELECTION CRITERIA. Project manager must be a Registered Professional Agricultural, Environmental, and or Civil Engineer licensed in the State of Tennessee. Required submittals: (1) SF-330 for the prime contractor (2) SF-330 for any proposed sub-consultant, (3) An Organizational Chart indicating all key personnel (prime and consultants) to be utilized under this contract, (4) Selection criteria submittals. Submittals must address each of the below listed selection criteria in sequence: (1) Professional capabilities; (2) Specialized experience and technical competence, including soil mechanics, hydrology, hydraulics, surveying, structure design, construction oversight, nutrient management, and others as required; (3) Capacity to accomplish work in the required time considering current contract work orders and services being provided to other clients; (4) Past performance on contracts with respect to cost control, quality of work, and compliance with performance schedules; (5) Quality control experience; (6) Geographical location in relation to the work assignment and knowledge of the locality of the project, provided that the application of the criterion leaves an appropriate number of qualified firms, given the nature and size of the project; and (7) Experience with NRCS standards and specifications. All firms will be evaluated on the above factors which are shown in descending order of importance. 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. All requirements of this announcement must be met for a firm to be considered to be responsive. Offerors that fail to submit the required information or adequately address the required information may be rejected. Interested A&E firms, that have the capabilities to perform the anticipated work, must submit 2 copies of their qualification documents. The SF-330 must include (1) the prime DUNS number, (2) Each key person?s office address, including telephone/fax numbers and e-mail addresses if different than as stated in the SF-330, (3) Registrations must include state in addition to the year, and discipline, (4) Include a point of contact, telephone and current fax number and e-mail address for each project listed. Two copies of the complete package must be received at the following address: ATTN: Gary E. Handley, Contracting Officer, USDA, NRCS, 675 USCH, 801 Broadway, Nashville, TN 37203. Submittals are due July 10, 2004 by 3:30 PM local time
 
Place of Performance
Address: Various locations throughout Tennessee.
Zip Code: 37203
Country: USA
 
Record
SN00591887-W 20040527/040525211805 (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.