Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2005 FBO #1327
SOLICITATION NOTICE

C -- A & E Services for Geologic Investigations, Indefinite Delivery, Indefinite Quantity, Oklahoma

Notice Date
7/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Oklahoma State Office, 100 USDA, Suite 206, Stillwater, OK, 74074-2655
 
ZIP Code
74074-2655
 
Solicitation Number
NRCS-22-OK-05
 
Response Due
8/12/2005
 
Archive Date
8/27/2005
 
Description
This is a solicitation for SF-330 (Architect-Engineer Qualifications) for an Indefinite Delivery Indefinite Quantity (IDIQ) A&E contract for work within the state of Oklahoma. The emphasis will be on geologic investigations. Project measures may consist of, but not be limited to floodwater retarding structures (dams), both existing (for rehabilitation) and sites within the state that are yet to be designed. The contract will include one base year and three option year periods. The price of any single delivery order shall be at least $2,500 but shall not exceed $100,000. This procurement is unrestricted and is therefore open to all businesses regardless of size. The North American Industry Classification Code is 541330. The firm will furnish all personnel, equipment, materials, other incidental services, tool, travel, facilities, and all other incidental items necessary to provide the services. The Government anticipates no more than 12 sites per year under the provisions of this contract, but this number will vary from year to year within the contract period. Geotechnical activities may include but are not limited to: site preparation, digging test pits, drilling hole borings (both soft and hard rock), obtaining water for hard rock drilling and permeability testing, sampling both soils and geologic materials, sample delivery, laboratory testing, logging of borings and test pits, dispersion testing, core photography, geologic map preparation, and geologic report writing. Areas required for investigation consist of, but are not limited to: centerline of dam, principal spillway, auxiliary spillway, downstream toe, borrow areas (both upstream and downstream of structure), and stream channels. Drilling equipment and water truck must be able to traverse rugged, heavily vegetated topography, and capable of drilling in wet soils during heavy rainfall months. PRE-SELECTION CRITERIA: Firms must meet the following criteria in order to be considered for an award under this requirement. (1) Have an experienced professional engineering geologist with a degree from an accredited college or university on site during investigations to supervise a drill crew. As a minimum requirement, he/she shall have at least 36 months of professional experience in geologic investigation of dam sites. (2) Geologist shall supervise a three member drill crew composed of a head driller and two driller helpers with experience in earthen dam investigations. SELECTION CRITERIA: Firms meeting the pre-selection criteria will be evaluated and ranked using the following selection criteria: (1) ? (40%) Show methods, techniques, and approaches to be used in order to satisfy items described above under description of work. Examples are methods for conducting required field extraction and preparation of samples for delivery, methods for obtaining and extracting samples (standard penetration), geologic report preparation, format, writing, etc. (2) ? (30%) Show specialized experience and technical competence in the type of work required. Evaluation will be based on the extent of directly related experience in performing geotechnical investigations on earthen dams. Consideration will be given to those firms with knowledge of and direct experience in geotechnical work in flood prevention and water resource projects in Oklahoma. (3) ? (30%) Describe the equipment that will be used to perform the work. This should include items such as drill rig (including: model, year, condition, etc.), water truck, as well as capacity of water tank, auger bits to be used, permeability setup, including flow meter and all appropriate attachments, etc. All work shall be performed in accordance with NRCS standards, specifications, policy, handbooks, procedures, Oklahoma supplements to the referenced documents, and the rules and regulations of the State of Oklahoma. Responses should include proposed sub-contractors, if anticipated for performance of any items of work discussed above and the qualifications of the individuals/firms proposed to accomplish the work on such items. SUBMISSION: Interested firms that meet the criteria outlined above are invited to submit (4) copies each of SF-330 and any other information relative to the selection criteria to USDA NRCS, 100 USDA, Attn: Contract Section, Rattana Kittitornsup-Nantz, Contract Specialist, Suite 206, Stillwater, OK 74074. Only those firms responding by August 12, 2005, close of business (4:30 p.m.) will be considered for selection. The Government reserves the right to negotiate and award the contract up to one year from the SF-330 receipt date. This is NOT a Request for Proposals. No additional contract information will be provided. All contractors are required to be registered in Central Contractor Registration (CCR) prior to being awarded a contract by NRCS. The CCR database is the primary Government repository for contractor information required to conduct business with the Federal Government. Please note NRCS cannot award a contract to a firm not registered in CCR. There are 2 steps to register: (1) Obtain a DUNS number by calling Dun and Bradstreet at 1-866-705-7511. (2) Register in CCR. The preferred method for registration is via the World Wide Web at http://www.ccr.gov. The CCR Handbook and a registration template are located at that site, under the tab title CCR Handbook. Registration assistance, including a paper copy of the registration forms, may be obtained from the CCR Customer Assistance at toll free 1-888-227-2423, commercial 269-061-5737, or by email to ccr@dlis.dla.mil. Effective January 2005, offerors must complete the annual representations and certifications on line at http://orca.bpn.gov (FAR 52.204-8).
 
Place of Performance
Address: Oklahoma State
Country: USA
 
Record
SN00846052-W 20050715/050713211828 (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.