Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2004 FBO #0923
SOLICITATION NOTICE

C -- Aerial Photogrammetry, Engineering, and Legal Surveys of Montana NRCS Water Resources and Easements

Notice Date
6/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Montana State Office, Federal Building, Room 443 10 East Babcock Street, Bozeman, MT, 59715-4704
 
ZIP Code
59715-4704
 
Solicitation Number
NRCS-MT-04-08
 
Response Due
7/7/2004
 
Point of Contact
Marsha Harris, Contract Specialist, Phone 406-587-6859, Fax 406-587-6808, - Pam Matthews, Contract Specialist, Phone 406-587-6731, Fax 406-587-6808,
 
E-Mail Address
marsha.harris@mt.usda.gov, pam.matthews@mt.usda.gov
 
Description
The Natural Resources Conservation Service (NRCS) is soliciting SF 330?s (Architect-Engineer Qualifications) for a Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) Engineering Services Contract to perform the following work throughout Montana: (1) Aerial Photogrammetry in and around NRCS Watershed Projects; (2) Survey operations necessary to develop detailed maps, topography, profiles and cross sections for engineering planning, design and construction support for NRCS water resource projects; and (3) Legal land surveys of NRCS easements. 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 average receipts. The contract will include one base-year and four option-year periods. Project task orders will be prepared for each work item or group of work items. Work under this contract is subject to satisfactory negotiation of individual aerial photogrammety, engineering or legal survey task orders. The price of any single task order shall be at least $4,000, but will not exceed $150,000. The maximum order amount for each contract period (base-year and each option-year) will be $500,000. The guaranteed minimum task order shall be $4,000 for the basic period only. There is no guaranteed minimum for the option periods, if exercised. Draft Scopes of Work for the first two task orders are posted on the Federal Business Opportunities page. The purpose of this contract is to obtain photogrammetry services and/or survey support to NRCS staff for the completion of the resource inventory, planning, design, and preparation of drawings and specifications, construction inspection and documentation, and checkout of quantities of NRCS water resource projects such as multi-purpose dams, livestock pipelines, irrigation pipelines, irrigation reorganization, stream restoration, agricultural waste facilities, water control structures, dikes and channels along with easements. Materials used in NRCS projects may consist of earthen excavation and embankments, rock riprap, bio-engineering plant materials, wood, reinforced concrete and steel structures, plant materials, along with numerous pipe materials. The Contractor must possess primary skills in photogrammetry, preparation of detailed maps, topography, and the development of profiles and cross sections for engineering planning, design and construction. The Contractor shall have skills in legal surveys. The Contractor shall also have a working knowledge of engineering water resources planning, design, the preparation of construction specifications and quantities, preparation of construction plans (drawings), preparation of cost estimates, quantity computation checks, certifications, and the preparation of engineering design folders in order to understand the requirements and details necessary for the photogrammetry or survey task orders. The photogrammetry, surveying, preparation of detailed maps, topography, profiles and cross sections for engineering planning, design and construction, shall meet NRCS conservation practice standards, the appropriate NRCS Field Office Technical Guide, Manuals, Handbooks, Technical Releases, and documentation requirements outlined in the Montana Supplement to the Engineering Field Handbook. All photogrammetry, maps, drawings and surveys shall be computer generated. All legal surveys and engineering shall follow the State of Montana Department of Commerce Professional Engineers & Land Surveyors Laws and Rules. Electronic copies and original hard copies are to be furnished to the NRCS. PRE-SELECTION CRITERIA: Firms must meet the following criteria in order to be considered for an award under this notice: (1) Have a minimum of one engineer employed on a full time basis. The engineer must be a Registered Professional Engineer in the State of Montana and have a minimum of ten years working experience in photogrammetry and mapping. The engineer shall also have ten years experience in electronic survey and understand the concepts required to provide resource information for planning, design and construction of engineering water resources projects. (2) Have access to a land surveyor on at least a part time basis. The land surveyor must be a Professional Land Surveyor, registered in the State of Montana, with at least 10 years experience in establishing legal surveys and boundaries. (3) Have a minimum of one Chief Surveyor/Civil Engineering Technician (CET) on staff with a minimum of ten years of experience in photogrammetry, engineering and legal surveys. (4) Have at least one Chief Surveyor/CET on staff with ten years experience in engineering planning, design and construction surveys. Item number (3) and (4) can be the same person(s). (5) Have the ability to provide a three-person field survey crew. (6) Have the ability to coordinate with the necessary subcontractors to deliver the necessary photogrammetry and or survey work. (7) The ability to start a photogrammetry contract within thirty days of receiving a task order and the ability to start a survey within fourteen days of receiving a task order. SELECTION CRITERIA: Firms meeting the pre-selection criteria will be evaluated and ranked using the following selection criteria: (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 aerial photogrammetry work and survey work required to support the photogrammetry requirements. Evaluation will also include the firms experience in engineering field surveys necessary to support engineering planning and design of water resources projects. The firm will require access to a licensed land surveyor, with skill in legal land surveys. Examples of work performed over the last five years shall be documented for review, as well as a description of the type of work performed. The amount and type of work as specified shall be summarized in a table. These work descriptions will be evaluated based on documented complexity of work performed and similarity to the solicited effort. (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 requirement above, and their availability to perform work on this contract. (3) Past performance on contracts with government agencies and private industry, including knowledge of NRCS water resource engineering projects. Evaluation will be based upon the firm?s past experience with other government agencies and the private sector in performing the requirements described and the quality and timeliness of performance under previous contracts. A minimum of five references, with telephone and fax numbers, as well as physical and e-mail addresses must be provided using Section F of the SF-330. (4) Capacity to accomplish the work. Evaluation will be based upon the experience of proposed personnel, available in the disciplines described above, the quantity of existing work under contract, and the schedules for completion of the existing work. This item should be summarized in a table. (5) Location in the general geographic area. Evaluation will be based upon the firm?s proximity to the State of Montana and experience performing work in locations with similar conditions. The above selection criteria are listed in their order of importance. Selection Criteria 1, 2 and 3 are equal and most important, followed by Selection Criteria 4, which is followed by Selection Criteria 5 which is the least important. Firms, which meet the requirements described in this announcement, are invited to submit four (4) copies each of a SF 330 (Architect-Engineer Qualifications), and any other information relative to the selection criteria to the contracting office address listed above to the attention of Marsha Harris by 4:00 p.m. Mountain Standard Time on July 7, 2004. Technical questions should be addressed to Jim Suit, State Conservation Engineer, telephone (406) 587-6828, e-mail jim.suit@mt.usda.gov . THIS IS NOT A REQUEST FOR PROPOSALS. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for an award of a Federal contract. Contractors may obtain information on registration via the internet at www.ccr.gov or by calling 1-888-227-2423.
 
Place of Performance
Address: Projects could be in any county within the State of Montana.,
 
Record
SN00598166-W 20040606/040606111123 (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.