Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2004 FBO #0972
SOLICITATION NOTICE

C -- Survey and Design of Grassed Waterways

Notice Date
7/23/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Indiana State Office, 6013 Lakeside Blvd., Indianapolis, IN, 46278-2933
 
ZIP Code
46278-2933
 
Solicitation Number
IN-NRCS-2002
 
Response Due
8/26/2004
 
Archive Date
9/10/2004
 
Point of Contact
Marla Sparks, Contract Specialist, Phone 317-290-3200, Ext. 330, Fax 317-290-3225, - Judith Weber, Contract Specialist, Phone 317-290-3200, Fax 317-290-3225,
 
E-Mail Address
marla.sparks@in.usda.gov, judith.weber@in.usda.gov
 
Description
The Natural Resources Conservation Service (NRCS) in Indiana is seeking qualified Professional Engineering firms or individuals to survey and design grassed waterways. The grassed waterways will be surveyed and designed for farms with Conservation Reserve Program contracts that require the installation of grassed waterways The farms requiring grassed waterways are located in the following Indiana counties; Bartholomew, Decatur, Fountain, Montgomery, Parke, Putnam, Randolph, Wabash and Wayne. To qualify, firms will need to have the ability to perform design surveys and then to use the survey information to design grassed waterways to meet the requirements of the Indiana Field Office Technical Guide, Section IV, Conservation Practice Standard, Grassed Waterway (412). This Conservation Practice Standard can be found on the NRCS website at: http://efotg.nrcs.usda.gov/treemenuFS.aspx?Fips=18057&MenuName=menuIN.zip. The design of grassed waterways may also include other Conservation Practice Standards such as Grade Stabilization Structure (410), Subsurface Drain (606) and Underground Outlet (620). These and other applicable Conservation Practice standards can be found at the website referenced above. For each grassed waterway to be surveyed and designed NRCS will provide a Conservation Plan that shows the planned location of the waterway, outlet requirements need for subsurface drainage and other site specific requirements. In addition, the successful firm will be provided with contact information for the farmer or landowner needing the CRP grassed waterway. The firm will be required to contact the farmer or landowner prior to starting any survey work. Survey and design of the grassed waterways shall be in accordance with standard survey and engineering design practice as documented in the NRCS Engineering Field Handbook Parts 640 and 650. The successful firm(s) will be required to deliver a completed design package that is ready for contracting. This will include design drawings and specifications, design documentation and survey documentation. Survey field work shall include at least two referenced benchmarks that can be used for location, layout and construction control of the grassed waterway. The final design for the grassed waterways shall be done using the Indiana NRCS Grassed Waterway Design Spreadsheet. This spreadsheet can be found on the NRCS website at: http://www.in.nrcs.usda.gov/technical/engineering/SpreadSheets/Waterway1_13.xlt Firms interested in this work should indicate which counties they will be willing to work in. Firms do not have to indicate availability for all counties to be selected. Firms will be selected for negotiation based on demonstrated competence for the required work. Multiple awards may be made to eligible firms. It is anticipated that a Firm Fixed Price Requirements contract will be awarded on/or about 1 September 2004. The first task order to be issued may require initial work to begin by September 13, 2004 and be completed by December 5, 2004. The Government anticipates ordering a minimum of 5 grassed waterways designs but not more than 500 per task order. The first task order to be issued, for example, may include the following: Group 1 (Fountain, Montgomery, Parke, and Putnam counties) 125 grassed waterways; Group 2 (Randolph, Wabash, and Wayne counties) 125 grassed waterways; Group 3 (Bartholomew, and Decatur counties) 125 grassed waterways. Contracts may be negotiated and awarded up to one year after completion of the selection process. Work under each of the contracts will be subject to satisfactory negotiation of individual task orders. Firms selected are guaranteed a minimum of five grassed waterways on the initial task order. There is no guaranteed minimum on subsequent task orders. Task orders may be issued during an ordering period of 36 months from date of contract award. Each task order will be issued as a firm fixed price contract. 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. SELECTION CRITERIA (See Note 24 for general submission requirements when applicable.): A. Professional qualifications necessary for satisfactory performance. Evaluation will be based on the number of qualified personnel and their knowledge and level of experience associated with their ability to perform work on this contract. B. Specialized experience and technical competence in the survey and design of grassed waterways. Evaluation will be based on the extent of directly related experience in surveying and designing of grassed waterways or related engineering practices. Examples of work shall be documented for review and described on the SF-330. This work will be evaluated based on the complexity and the similarity to the work described in this solicitation. C. Capacity to accomplish the work. Evaluation will be based on the number of personnel available in the disciplines necessary to accomplish the work described in this solicitation, the quantity of existing work under contract by the firm and the schedule for the completion of other work under contract. Firm must have an established quality management plan. D. Past performance on contracts with government agencies and private industry. Evaluation will be based on the firm?s past experience with other government agencies and the private sector to perform the requirements of this solicitation in terms of cost control, quality of work and timeliness. References with telephone numbers must be provided. E. Location in the general geographical area of the project and demonstrated knowledge of local conditions. Evaluation will be based on the firm?s knowledge of design parameters in Indiana and the firm?s proximity to Indiana. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit THREE (3) completed SF 330 (6/2004 edition) US Government Architect-Engineer Qualifications for the prime contractor and each subcontractor and/or consultant. Submittals shall be mailed to: Natural Resources Conservation Service, 6013 Lakeside Boulevard, ATTN: M. Sparks, Indianapolis, IN 46278 by the close of business on August 26, 2004. Mark envelope with solicitation #IN-NRCS-2002. The SF 330 shall not exceed 150 pages. Only those firms responding to this announcement will be considered. Telegraphic and facsimile SF 330 will not be accepted. All information must be included on the SF 330 (cover letter and other attachments will not be considered in the evaluation process). THIS IS NOT A REQUEST FOR PROPOSAL. Selected firms must be registered in the Central Contractor Registration (CCR) database. Questions may be addressed to Marla Sparks via email at marla.sparks@in.usda.gov. POINT OF CONTACT: Marla Sparks, Contract Specialist, (317) 290-3200, ext 330. Judith Weber, Contracting Officer, (317) 290-3200, ext 385.
 
Place of Performance
Address: State of Indiana
 
Record
SN00629300-W 20040725/040723211817 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.