Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2005 FBO #1301
SOLICITATION NOTICE

C -- A&E Services - Irrigation System Designs

Notice Date
6/17/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Arizona State Office, 3003 N. Central Avenue, Suite 800, Phoenix, AZ, 85012-2946
 
ZIP Code
85012-2946
 
Solicitation Number
AG-9457-S-05-0003
 
Response Due
7/18/2005
 
Point of Contact
Lorna Lincoln, Contract Specialist, Phone 602-280-8804, Fax 602-280-8805,
 
E-Mail Address
lorna.lincoln@az.usda.gov
 
Description
The USDA-Natural Resources Conservation Service (NRCS) announces a Request for Qualifications for Architect and Engineering (A&E) firms interested in contracting for the development of Irrigation System Designs in various locations in Arizona. These plans are for private individuals and are being developed as one component of the Environmental Quality Incentives Program of the Farm Security and Rural Investment Act of 2002, commonly referred to as the 2002 Farm Bill. Performance time will vary with the number and complexity of designs produced. Private sector individuals, firms, and entities interested in providing these services are to submit five copies of completed form SF-330 to the contracting office at the address shown in this announcement, as well as any information that will assist with evaluation on selection criteria. Form SF-330 can be obtained from the following website: http://www.gsa.gov. Irrigation system designs shall be developed in accordance with all applicable NRCS policies, standards, handbooks and manuals, which can be found at the following websites: http://www.nrcs.usda.gov and http://efotg.nrcs.usda.gov. Irrigation system designs shall be developed in accordance with all applicable local, state, tribal, federal regulations and permits. Irrigation design development will require but is not limited to knowledge of geology and soil mechanics, hydrology, structural design, surface drainage, erosion control, system capacity, all aspects of irrigation water application, tailwater and seepage control, hydraulics and appurtenance design, trench and backfill requirements. Components may include but are not limited to: irrigation pipelines, main and submains (both low and high pressure), subsurface drainage systems; micro irrigation (drip/trickle emitters), pumping plant, sprinkler irrigation (solid set, traveling gun and center pivot), and irrigation water management practices. The government contemplates the award of one to three Firm-fixed price, Indefinite Delivery Indefinite Quantity (IDIQ) type contracts. Any resulting contract will have a one-year base period and three one-year extensions, at the option of the government. Any resulting contract will have a minimum of $5,000 in fees for the base year and a maximum of $200,000 in fees for each year of the contract. There is no guaranteed minimum for the option periods if exercised. Projects will be ordered on an as-needed basis beginning from the date of contract award. Work under this contract to be subject to satisfactory negotiation of individual task orders. The matching of an A&E firm, under these and other multiple award contracts, to an individual task order, will be made after considering factors such as: 1. Geographic location of the firm in relation to the work assignment, 2. Availability of transportation services in relation to the work assignment and the firms location, 3. Specialized experience and other qualifications of the firms under this and other multiple awarded contracts for A&E services. 4. Capacity of the firms under contract to perform the work, considering current contract work orders and services being provided other clients, 5. Complexity of this and other work assignments, and 6. Other factors as appropriate If two or more firms are selected; the top ranked firm will be awarded the first contract, the second ranked firm will be awarded the second contract, etc. If necessary, secondary selection criteria will be used as a tiebreaker between two firms considered technically equal. Individual task orders may be competed among the contract holders and not necessarily given to the top ranking firm. Task orders are expected to include civil, agricultural, and/or environmental engineering services and other services needed to develop irrigation designs. Services requested may require performing (1) field investigations; (2) engineering surveys; (3) soils investigations; and other activities in accordance with NRCS standards, specifications, policy, handbooks and documentation requirements as set forth in the NRCS Field Office Technical Guide, National Engineering Handbook, and other related references. Responses should include proposed sub-consultants for all disciplines including civil and agricultural engineering. Responses should also include qualifications of personnel and description of facilities, materials, equipment and services to perform the tasks described by this notice. PRE SELECTION CRITERIA: Project manager must be a Registered Professional Agricultural, Environmental, and/or Civil Engineer licensed in the State of Arizona. SELECTION CRITERIA: 1) Specialized experience and technical competence in type of work required. Evaluation will be based on the extent of directly related experience in performing the work. Examples of work shall be documented for review, as well as a description of the type work performed included on form SF-330. These work descriptions will be evaluated based on documented work performed. 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 requirements above, and their availability to perform on this contract. 3) Capacity to accomplish work in required timeframe. Firm are required to assess and relate capacity to mobilize and apply the necessary job skills as required to meet schedules without interference from other assignments or jobs. Evaluation will be based upon the number of personnel available in the disciplines described above, 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 firm’s experience with other government agencies and the private sector in performing the requirements in terms of cost control; quality of work, and timeliness of performance under previous contract. References with telephone numbers must be provided. 5) Location in the general geographic area, and knowledge of the locality of the project. Evaluation will be based upon the firm’s proximity to the counties where work is to be performed and demonstrated experience performing work in locations with climate and natural resources similar to that which occurs in the area. The above evaluation factors are listed in order or importance. Firms, which meet the requirements described in this announcement, are invited to submit a Standard Form 330 not later than 4:00 p.m. on July 18, 2005 to the attention of Lorna Lincoln, Contract Specialist, at 230 N. FIRST AVENUE, SUITE 509, PHOENIX, ARIZONA 85003 . Only those firms responding by that time will be considered for selection. Technical questions should be addressed to Steve Barker, Acting, Assistant State Conservationist for Technology, telephone (602) 280-8823, e-mail steve.barker@az.usda.gov. 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. Contractor may obtain information on registration via the internet at www.ccr.gov or by calling 1-888-227-2423. The Federal Acquisition Regulation requires that prospective contractors complete electronic annual representations and certifications in conjunction with their required registration in the CCR database. These Annual Representations and Certifications are submitted via the Online Representations and Certifications Application (ORCA), a part of the Business Process Network (BPN). To register in ORCA, you need to have an active Central Contractor Registration (CCR) record, a Marketing Partner Identification Number (MPIN) from your CCR record, and know your DUNS number. Detailed information regarding ORCA and how to submit records is available on the ORCA website at http://orca.bpn.gov under Help and FAQs. You also have the option of entering the SF 330 Part II information directly into ORCA. Please indicate in your submission package if you have done this. 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 (17-JUN-2005); 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/AZSO/AG-9457-S-05-0003/listing.html)
 
Place of Performance
Address: Various locations throughout Arizona
Country: U.S.A.
 
Record
SN00832217-F 20050619/050617212116 (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.