Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2004 FBO #0941
SOLICITATION NOTICE

C -- A&E Services for Preparing, Designing, and Implementing Streambank Stabilization Practices in Kentucky (IDIQ)

Notice Date
6/22/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Kentucky State Office, 771 Corporate Drive, Suite 210, Lexington, KY, 40503-5479
 
ZIP Code
40503-5479
 
Solicitation Number
NRCS-25-KY-04
 
Response Due
7/22/2004
 
Archive Date
8/6/2004
 
Point of Contact
Connie McKinney, Contract Specialist, Phone 859-224-7395, Fax 859-224-7393,
 
E-Mail Address
connie.mckinney@ky.nrcs.usda.gov
 
Description
The USDA Natural Resources Conservation Service, Kentucky, announces a Request for Qualifications (RFQ) for Architect and Engineering firms interested in contracting for A&E Services with emphasis on streambank stabilization and other associated practices. Engineering services are required for the preparation of plans, specifications, cost estimates, related studies, and all associated engineering services for the planning, design, and construction inspection of streambank stabilization practices in the three administrative areas in Kentucky which are: Area 1 – Allen, Ballard, Barren, Butler, Caldwell, Calloway, Carlisle, Christian, Crittenden, Daviess, Edmondson, Fulton, Graves, Hancock, Hart, Hickman, Henderson, Hopkins, Livingston, Logan, Lyon, Marshall, McLean, McCracken, Metcalfe, Monroe, Muhlenberg, Ohio, Simpson, Trigg, Todd, Union, Warren, and Webster Counties. Area 2 – Adair, Anderson, Boone, Boyle, Breckinridge, Bullitt, Franklin, Casey, Campbell, Carroll, Clark, Clinton, Cumberland, Fayette, Franklin, Gallatin, Garrard, Grant, Green, Hardin, Henry, Jefferson, Jessamine, Kenton, Larue, Lincoln, Madison, Marion, McCreary, Meade, Mercer, Nelson, Oldham, Owen, Pulaski, Russell, Scott, Shelby, Spencer, Taylor, Trimble, Washington, Wayne, and Woodford Counties. Area 3 – Bath, Bell, Bracken, Bourbon, Boyd, Breathitt, Carter, Clay, Estill, Elliott, Fleming, Floyd, Greenup, Harlan, Harrison, Jackson, Johnson, Knott, Knox, Laurel, Lawrence, Lee, Leslie, Letcher, Lewis, Magoffin, Martin, Mason, Menifee, Montgomery, Morgan, Nicholas, Owsley, Pendleton, Pike, Perry, Powell, Robertson, Rockcastle, Rowan, Whitley, and Wolfe Counties. 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 small business size standard of $4 million in average annual receipts over the previous three fiscal years. Firms will be selected for negotiation based on demonstrated competence for the required work. Contracts may be negotiated and awarded up to one year after completion of the selection process. The government contemplates the award of one to three possible multiple Firm-Fixed Price Indefinite Delivery, Indefinite Quantity (IDIQ) type contracts resulting from this competition. Tasks may be directed based on the location and qualifications of the firms. Initial contract period will be for one year and the government may, at its option, extend the contract to maximum of five years by exercising each of the four one year renewal options. Work under each of the contracts will be subject to satisfactory negotiation of individual task orders. Firms selected are guaranteed a minimum of $3000.00 in fees for base year. There is no guaranteed minimum for the option years, if exercised. The amount awarded in fees for each year of the contract (base year and each option year, if exercised) will not exceed a maximum of $250,000.00. Task orders will be awarded primarily for small projects for which the cost of construction is expected to range between $5000.00 and $80,000.00. Each task order will be awarded as a firm fixed-price contract based upon the successful negotiation of the contractor’s cost proposal and time of completion for the services requested. INFORMATION: Task Orders are expected to include civil, agricultural, and/or environmental engineering and ecological sciences services needed for completion of streambank stabilization projects on privately owned land. Activities will typically include the following: performing field investigations, engineering surveys, geologic and soils investigations, design, preparation of plans, construction specifications, obtaining required permits, construction layout, construction supervision (quality assurance), final inspection, checkout, certification, and submittal of “as-built” drawings to NRCS and to permitting agencies. All design drawings will be submitted using AutoCAD version 2000 or later or other similar CAD software that is directly convertible to AutoCAD. All services will be performed in accordance with NRCS-KY standards, specifications, and documentation requirements contained in Section IV of the Field Office Technical Guide, the National Engineering Handbook, and the Engineering Field Handbook. PRESELECTION CRITERIA: A Kentucky Licensed Professional Agricultural, Civil, or Environmental Engineer with five years experience must provide direct supervision on all task orders. He/she must have direct experience with streambank stabilization/stream restoration which includes use of features such as soil-bioengineered structures, tree revetments, rock vanes, etc. He/she will be required to sign and seal all submitted designs and as-built drawings. Those firms that meet the requirements described and wish to be considered must submit three copies of form SF330 to Connie McKinney, Contract Specialist, NRCS, 771 Corporate Drive Suite 210, Lexington, KY 40503-5479, no later than 4 p.m. on July 22, 2004, to be considered for a contract. The SF330 must clearly indicate the office location where the work will be performed and the qualifications of the individuals and subcontractors proposed to work on the task orders, and their geographical locations. Include an organizational chart and qualifications of key personnel. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of the firm, specialized technical expertise, or other requirements listed. This constitutes the entire solicitation and is not a request for proposals. Interviews for the purpose of discussing prospective contractor’s qualifications will be conducted either in person or by teleconference. SELECTION CRITERIA: See Note No. 24 for a general description of the A&E selection process. Selection of firms for negotiation shall be through an order of preference based upon demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required. The following criteria will be used in evaluating firms, with 1 and 2 being of relatively equal importance, 3 and 4 being equal, and 5 being less important. (1) Specialized experience and technical competence in the type of work required. Evaluations will be based on the extent of directly related experience in performing site investigations, engineering surveys, engineering designs, and construction installation supervision services for streambank stabilization projects. Specialized education at the university level and all other applicable education, training, and certifications are factors. Consideration will be given to those firms with knowledge of, and direct experience in the application of streambank stabilization practices within each of the three NRCS administrative areas in Kentucky. Evaluation will include experience and technical competence in the areas of soil mechanics, hydrology, hydraulics, surveying, structural design, soil-bioengineered stabilization structures, Geographic Information software, and CAD software. Examples of work shall be documented for review, as well as a description of the type of work performed. (2) Professional qualifications necessary for satisfactory performance. Evaluation will be based upon the appropriate number of qualified personnel and their knowledge and level of experience associated with the requirements above, and their availability to perform the services required. (3) Capacity to accomplish the services. Evaluation will be based on the geographic availability of personnel in the above described disciplines and their knowledge of the of the locality of the work area, 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 firms past experience with other government agencies and the private sector in performing the requirements described; the quality and timeliness of performance under previous contracts. (5) Location in the general geographic area. Firms must indicate which NRCS administrative area(s) they would like to be considered. Evaluation will be based upon the firm’s proximity to the indicated administrative areas. Firms must provide a customer reference list with addresses and telephone numbers, and bidding records (low bid vs. estimate) for all projects listed as related experience, and project workload schedule showing proposed team members for the project period. Questions should be addressed to Connie McKinney, Contract Specialist via email at connie.mckinney@ky.usda.gov. No further details to be given per telephone. SF330 due on or before July 22, 2004 to be considered. This is NOT a request for Proposals. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (22-JUN-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/NRCS/KYSO/NRCS-25-KY-04/listing.html)
 
Place of Performance
Address: State of Kentucky
Country: USA
 
Record
SN00608010-F 20040624/040622212613 (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.