Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2005 FBO #1290
SOLICITATION NOTICE

C -- Black Island A&E Services for Design

Notice Date
6/6/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Missouri State Office, Parkade Center, Suite 250 601 Business 70 West, Columbia, MO, 65203-2546
 
ZIP Code
65203-2546
 
Solicitation Number
AG-6424-AE5-001
 
Response Due
7/7/2005
 
Archive Date
7/22/2005
 
Description
The Natural Resources Conservation Service (NRCS) in Missouri is seeking qualified A&E firms to prepare engineering designs, engineering plans and other associated engineering services for a wetland restoration Wetland Reserve Program (WRP) project in Pemiscot County, MO. The site covers an area of about 2,200 acres of which approximately 25% of this area is planned to be inundated for wetland restoration. The design work will result in a construction project with an anticipated magnitude of $500,000 to $1,000,000. Per 41 USC 254, there is a statutory six percent fee limitation on design. The resulting contact with the successful firm will be a firm-fixed price contract. This announcement is being competed as full and open. In order to be qualified, a firm will be required to have extensive knowledge in wetland restoration, hydraulics, soil mechanics, and reinforced concrete design. Design activities required shall consist of but are not limited to the following: soil and geologic investigation for structure and embankment foundations and water impoundment reservoirs, design of earthen levees, design of excavations for water impoundment, design of inlet and outlet control structures, preparation of design reports, preparation of construction plans (drawings), preparation of construction specifications, preparation of cost estimates, preparation of bid schedules, preparation of a performance time schedule for construction activities, hydrology and hydraulic modeling, inspection plan, and conduct project review meetings concerning this project. These meetings will be held in Caruthersville, Missouri. The inlet and outlet control structure types may include reinforced concrete, structural steel pipe, concrete pipe or other as recommended. The firm will be required to perform engineering design activities in accordance with Missouri NRCS standards and certify that designs, plans and specifications meet Missouri NRCS standards. The construction specifications shall follow the current Missouri NRCS format. A quality control plan will need to be developed for construction activities detailing needed qualifications of inspection personnel, testing and frequency of testing and inspection of critical items. All drawings will be computer generated in *.dwg format compatible with AutoCAD Version 2000. Well documented electronic copies and original hard copies are to be furnished to NRCS. The estimated starting date for design work is the fall of 2005 with the design being done in phases. The first design phase will have an estimated completion date of approximately 60 calendar days after the contract award with additional phases to follow. ANY FIRM NOT MEETING THE FOLLOWING MINIMUM REQUIREMENTS SHALL BE EXCLUDED FROM THE COMPETITION: 1. Must have a minimum of one engineer employed on a full time basis that shall be assigned to this project. The engineer must be a Registered Professional Engineer in the state of Missouri and have a minimum of ten years of experience in the design and construction of water resource and wetland restoration projects. Registration and history of related experience shall be documented on Standard Form 330. 2. Must have a written commitment for services from or have on staff a minimum of one geotechnical engineer or geologist with at least 10 years experience with water resource projects. History of education and related experience shall be documented on Standard Form 330. 3. Must have a written commitment for services from or have on staff a minimum of one wildlife biologist with 5 years experience in wetland restoration. History of education and related experience shall be documented on Standard Form 330. 4. Must have on staff a minimum of one draftsperson employed on a full time basis with a minimum of 5 years of CAD experience. History of related experience shall be documented on Standard Form 330. 5. Must have a written commitment for services from or have on staff a minimum of one Professional Land Surveyor or Professional Engineer in the State of Missouri with at least 5 years experience in topographic surveys. Registration and history of related experience shall be documented on Standard Form 330. EVALUATION FACTORS (Proposals shall be evaluated by the following list of 5 factors. These factors are listed in order of descending importance): 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 engineering designs for wetland restorations for NRCS, U.S. Corps of Engineers (COE), the U.S. Fish and Wildlife Service (FWS) and other similar water resources projects. Specific experience will be based on specialized education at the university level and all other applicable education, training and certifications. Consideration will be given to those firms with knowledge of and direct experience of wetland restorations and other similar water resources projects within the past 5 years. Evaluation criteria will include experience using water resource models including HEC-RAS (Hydrologic Engineering Centers River Analysis System), NRCS TR-20 (Computer Program for Project Formulation Hydrology), NRCS SITES (rainfall-runoff routing program), NRCS SPAW (water budgeting tool) or other similar programs and guidelines for the design of reinforced concrete for water resources structures using NRCS TR67 (210-VI-TR-67: Reinforced Concrete Strength Design). Examples of work shall be documented for review and described on Standard Form SF-330 and shall include details on project size and complexity as well as list the responsibilities and involvement of the key personnel that will be utilized on the project proposed in this notice. This work will be evaluated based on the complexity and the similarity to the work described above. 2. 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 described above in terms of cost control, quality of work and timeliness of performance under previous contracts. Cost control shall be based on specific in-place measures. 3. Professional qualifications necessary for satisfactory performance. Evaluation will be based upon the number of qualified personnel and their knowledge and level of experience associated with the type of work described above. 4. Capacity to accomplish the work. Evaluation will be based on the number of personnel available in the disciplines necessary to accomplish the work described above, the quantity of existing work and the planned completion of the work. 5. Location of office in relation to the project and previous projects located in the same geographic area of the project. Evaluation will be based on the distance from the project office to the project site and the amount of experience of similar work performed in the same general geographic area of the project site. Firms interested in providing these services and which meet the requirements described in this announcement are to submit three (3) copies of Standard Form 330 by COB on July 7, 2005 to the address listed below. All of the instruction in the SF-330 shall be followed in their entirety
 
Record
SN00823212-W 20050608/050606211710 (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.