Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2004 FBO #0933
SOLICITATION NOTICE

C -- Architect and Engineering Services

Notice Date
6/14/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Alabama State Office, 3381 Skyway Drive, Auburn, AL, 36830
 
ZIP Code
36830
 
Solicitation Number
NRCS-01-AL-04
 
Response Due
7/14/2004
 
Archive Date
7/29/2004
 
Point of Contact
Lynn Thomas, Contract Specialist, Phone 334-887-4507, Fax 334-887-4551,
 
E-Mail Address
lynn.thomas@al.usda.gov
 
Description
1. CONTRACT INFORMATION: The Natural Resources Conservation Service in Alabama announces a request for qualifications for Architect and Engineering (A&E) firms interested in contracting for A&E services with emphasis on animal waste management systems, erosion control measures, on-farm conservation practices and the types of engineering services required to design, install and inspect conservation practices. Engineering services are required for site investigations, preliminary designs, construction services and other associated engineering services relating to agricultural waste management systems at various locations in the state of Alabama. This procurement will be in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6 and is UNRESTRICTED and therefore open to all firms regardless of size. The primary North American Industrial Classification System Code (NAICS) is 541330. One firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. One contract award is anticipated. To be eligible for contract award, a firm (1) must be registered in the Central Contractor Registration (CCR) database via the CCR Internet site at http://www.ccr.gov and (2) must be a certified in Alabama as a Technical Service Provider (TSP) by September 1, 2004 in the following categories: (1) Channel and Steambank Stabilization, (2) Irrigation System (Application), (3) Irrigation Water Management, (4) Land Treatment-Surface Water Management, (5) Manure and Wastewater Handling and Storage, (6) Reservoir Sealing, (7) Soil Stabilization for Access (Roads), (8) Surface Water Detention/Retention, (9) Waste Utilization-Energy Generation (Current), (10) Water Conveyance (Pipelines), (11) Water Supply Facilities, (12) Wetlands (Interdisciplinary) Engineering Componnents, (13) Wetlands with Engineering Required,Wildlife and Fisheries Interdisciplinary Engineering (New). Information regarding TSP certification requirements may be viewed at http://techreg.usda.gov. The contract will be an Indefinite Delivery, Indefinite Quantity contract for a period of one base year and two one-year options; not to exceed a total of three years. Site specific fixed price task orders will be awarded based on successful negotiations. The firm selected for award is guaranteed a minimum amount of $5000.00 for the base-year only. There will be no guaranteed minimum for the option periods, if exercised. The maximum amount of any single task order will not exceed $150,000. The maximum amount for each contract period (base year and each option year) will be $150,000.00. The Government reserves the right to exercise the contract options before the expiration of the base contract period or preceding option period, if the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. 2. PROJECT INFORMATION: The services required include, but are not limited to, planning, designing, preparing drawings and specifications, construction inspection, construction certification of animal waste management facilities, structures, other associated engineering services and on-farm conservation practices. Engineering services are required to perform all phases of site investigation, preliminary investigation, design and construction services, quality assurance and supervision of designated conservation practices. Task orders may include performance of any and/or all services required to design and/or implement designated conservation/engineering practices under various NRCS programs. Services may require field investigations, engineering surveys, geologic and soils investigations, soil mechanics, design and preparation of engineering plans and construction specifications, construction layout, inspection (quality assurance) and certification of completed practices. Work may also include design for repair and/or replacement of existing systems. Services may involve direct consultation, supervision and inspection of construction for a specific project, including review and approval of shop drawings, material selections, quality control testing and earth fill compaction. All work shall be performed in accordance with NRCS standards, policy, procedures, handbooks, specifications, Alabama supplements to referenced documents, and the rules and regulations of the State of Alabama and applicable localities. The Project Manager for any task order must be a professional engineer registered in the State of Alabama and certified as a Technical Service Provider in TechReg. 3. LOCATION: Projects will be located within the State of Alabama. 4. SELECTION CRITERIA: The selection criteria for this solicitation are listed below in descending order of importance. (A) Demonstrated specialized experience and technical competence in soil mechanics, hydraulics, hydrology, structure design, construction oversight and other disciplines as may be related to agricultural waste management. Examples of related work shall be documented for review, as well as a description of the type work performed included in the SF-330. Documentation will be in typed format on 8.5 x 11 paper and submitted as an attachment to the SF-330. A maximum of five relevant projects completed within the past five years, and limited to three pages per project shall be submitted. (B) Professional qualifications and certification/registration of personnel proposed for work on this project, including all key personnel (i.e. Project Manager, Project Engineer), professional engineers and land surveying registration. Certification as a Technical Service Provider (TSP) should also be clearly stated. (C) Capacity to accomplish the work in the required time. The A-E must have the capacity to commence work within fifteen days after receipt of notification to proceed with a task order and complete the task order within the scheduled completion dates. The firm should relate its capacity to apply the necessary job skills to meet schedules without interference from other work or project assignments. Evaluation will be based on the number of qualified personnel available, quantity of existing work under contract/order, and the schedules for completing existing work. A typed listing of the A&E?s current (ongoing) workload, to include project title, location, customer name, address and telephone number, contract/order number, award date, estimated completion date, percent completed, award amount and list of personnel (with job title) assigned to the project should be provided in table format on 8.5 x 11 paper and submitted as an attachment to the SF-330. (D) Previous experience with NRCS specifications and standards. (E) Past performance of SIMILAR type work on NRCS and/or other Government contracts, within the past five years, with respect to cost control, quality of work and compliance with performance schedules will be evaluated. References must be provided. A maximum of ten projects, of work similar to the project in this announcement, should be submitted as an attachment to the SF-330. The A&E should provide the project title with brief description, location, customer name, address and telephone number and POC, contract/order number, award date, completion date and award amount. (F) Knowledge of the geographical location (Alabama). 5. SUBMISSION REQUIREMENTS: See Note 24 for a general description of the A-E selection process. Interested firms having the capability to perform this work must submit five (5) copies of the completed Standard Form (SF) 330,(6/2004 edition), Architect-Engineer Qualifications, Parts I, II and attachments, in hard copy, for the prime contractor and any team members, subcontractors and/or consultants to Lynn Thomas, Contracting Officer, Natural Resources Conservation Service, 3381 Skyway Drive, P O Box 311, Auburn, Alabama 36830 not later than 2:00 p.m. local time on July 14, 2004. Only those firms responding by that time will be considered for selection. Part I, Section C (Proposed Team) of the SF-330 must specify the estimated percentage of involvement of each firm on the proposed team (including subcontractors and/or consultants). Part I, Section D of the SF-330 must include the proposed team members name, position/title, role and their company name. Identify proposed sub-consultants for all disciplines, including civil, agricultural, environmental geotechnical, etc. Part I, Section E of the SF-330 must include the state and year for each professional registration/certification cited. Part I, Section F should include not more than ten projects within the past five (5) years. All questions must be in writing and directed to the Contracting Officer by e-mail to lynn.thomas@al.usda.gov or by letter at USDA-NRCS, Attention: Contracting Officer, 3381 Skyway Drive, Auburn, AL 36830. No telephone questions will be accepted. The physical address for courier deliveries is USDA-NRCS, Attn: Lynn Thomas, 3381 Skyway Drive, Auburn, Alabama 36830. This is not a Request for Proposal.
 
Place of Performance
Address: Various locations in the State of Alabama
Country: US
 
Record
SN00602767-W 20040616/040614211650 (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.