Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2005 FBO #1343
MODIFICATION

C -- Indefinite Delivery, Indefinite Quantity, Contract for A-E work within the state of Arkansas

Notice Date
7/29/2005
 
Notice Type
Modification
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Arkansas State Office, Federal Building, Room 3416 700 West Capitol Avenue, Little Rock, AR, 72201-3228
 
ZIP Code
72201-3228
 
Solicitation Number
AG-7103-S-05-0008
 
Response Due
8/9/2005
 
Archive Date
8/24/2005
 
Point of Contact
Janet Holmes, Contracting Officer, Phone 501-301-3130, Fax 501-301-3188, - Terry Franks, Real Property Leasing Officer, Phone 501-301-3150, Fax 501-301-3188,
 
E-Mail Address
janet.holmes@ar.usda.gov, terry.franks@ar.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The Natural Resources Conservation Service (NRCS) is soliciting Standard Form-330?s (SF-330) for an Indefinite Delivery Indefinite Quantity (IDIQ) A&E services contract for work within the state of Arkansas. DESCRIPTION OF WORK: The contract will include performance of any part or all services necessary to provide recommendations and guidance to others, review the work of others, and/or performing planning, sediment surveys, principal spillway/structure inspections, engineering surveys, geologic investigations, and engineering designs services that may be needed for planning, design, and/or review of various flood prevention and water resources projects. The flood prevention and water resource projects are, but not be limited to work authorized by the Watershed Protection and Flood Prevention Act, Public Law 83-566 (PL-566), otherwise known as ?The Small Watershed Program? and work authorized by Section 14 of Public Law 83-566 (enacted by Section 313 of Public Law 106-472, otherwise known as "The Small Watershed Rehabilitation Amendments of 2000"). PL-566 project purposes include watershed protection, flood prevention, erosion and sediment control, water supply, water quality, fish and wildlife habitat enhancement, wetlands creation and/or restoration, and public recreation in watersheds of 250,000 or fewer acres. Project measures may consist of, but not be limited to land treatment practices, channel improvements, floodwater retarding structures (dam(s)), floodways, floodwater diversions, sediment basins, grade stabilization structures, and streambank stabilization. Rehabilitation work on a dam is defined as all work necessary to extend the service life of a dam and meet applicable safety and performance standards. Rehabilitation work may include, but not limited to protecting the integrity of the dam or prolonging the useful life of the dam beyond the original evaluated life expectancy; upgrading the dam to meet changed land use conditions in a watershed served by the dam or changed safety criteria applicable to the dam, relocating potentially impacted individuals or public works of improvements, and/or decommissioning (removal) of the structure and stabilizing the site. Planning will require assembling an experienced interdisciplinary staff to provide recommendations and/or guidance to others, review the work of others, and/or develop a Plan or Supplemental Plan/Environmental Assessment or Environmental Impact Statement (Plan/EA or EIS). An experienced interdisciplinary staff may consist of, but not be limited to, an engineer, economist, biologist, geologist, surveyors, and others. Federal policy, procedures and requirements to review or develop the Plan/EA or EIS are outlined in the USDA-NRCS National Watershed Manual (NWSM) (for PL-566 projects and rehabilitation work) and the Economic and Environmental Principles and Guidelines for Water and Related Land Resources Implementation Studies (P&G). Planning shall be in compliance with all National Environmental Policy Act (NEPA) and National Historic Preservation Act (NHPA) provisions. The firm will furnish all personnel, equipment, materials, other incidental services, tools, travel, facilities, and all other incidental items necessary to provide the services. The typical project could require knowledge and experience in surveying, planning, engineering design, seismic analysis, hydrologic and hydraulic analysis for planning of complex watersheds, geologic investigations, economic analysis and project related biological, cultural resource and environmental assessments. The firm will provide recommendations and/or guidance to others, review the work of others, and/or conduct planning studies to formulate and evaluate alternatives in accordance with the requirements of P&G. Engineering activities may include preparing planning designs for earth embankments, roller compacted concrete structures, earthwork, reinforced concrete structures, automated and manual water control gates, rock riprap placement, steel structures and structural fabrication, timber, steel and concrete piling, sheet piling, embankment drainage systems, impact basins, channel bank stabilization measures, and channel improvements. The firm may be required to complete geologic investigations, laboratory soils and rock analysis, testing and reporting. Interpretation of geotechnical reports and accurately applying the data to the planning and planning design of the project measure will be the responsibility of the firm. Surveys required may consist of but are not limited to any part or all of the following activities: planned and/or existing earth embankments or roller compacted concrete floodwater retarding structure surveys, downstream profiles with cross-sections for breach inundation, topographic surveys, channel profiles with cross-sections for channel capacity, topographic/planimetric surveys, magnetometer surveys, hydrographic/bathymetric surveys, horizontal and vertical control surveys, design surveys, development of graphical representations of survey data collected, and surveys for quantity computations. Design activities required may consist of, but are not limited to, provide recommendations and/or guidance to others, review the work of others, and/or design any part or all of the following activities: design water resource project features, prepare construction specifications, prepare construction plans (drawings), prepare landrights work maps, prepare cost estimates, prepare bid schedules, quantity computation checks and certifications, and prepare design folders. The typical project could require knowledge and experience in all aspects of surveying, engineering design, and construction of deep and shallow foundations (bearing capacity, consolidation, seepage, seismic design features, etc.), earth embankments, hydrologic and hydraulic design of earth embankment components, roller compacted concrete structures, earthwork, reinforced concrete structures, automated and manual water control gates, rock riprap placement, steel structures and structural fabrication, timber, steel and concrete piling, sheet piling, reinforced concrete pipe, impact basins, embankment drainage systems, auxiliary spillway, exit channel, and channel bank stabilization measures. The firm will be required to perform all services in accordance with NRCS standards and certify that all services meet NRCS standards and specifications. The majority of the work will be civil. All drawings will be computer generated in *.dwg format. Electronic copies, original reproducible hard copies, and copies for distribution are to be furnished to the NRCS. CONTRACT INFORMATION: The contract will include one base year and three one-year option periods. Options may be exercised prior to the one year period(s) in the event the maximum value for that period is anticipated to be exceeded. Work under this contract is subject to satisfactory negotiation of individual task orders. The price of any single task order shall be at least $1,000 but shall not exceed $600,000. The maximum order amount for each contract period (base year and each option year) is $600,000. The guaranteed contract minimum shall be $5,000 for the basic period and $2,500 for each option period, if exercised. This procurement is small business set-aside. For the purposes of this procurement, a concern is considered a small business if its average annual gross receipts for the past three years are $4 million or less. To be eligible for contract award, a firm must be registered in the Central Contractor Registration (CCR) Register via the CCR Internet site at http://www.ccr.gov or by calling 1-877-352-2255. SUBMISSION REQUIREMENTS: Firms, which meet the requirements described in this announcement, are invited to submit 4 copies of a Standard Form 330, Architect-Engineer Qualifications with the additional information stated below. Interested firms must submit their SF-330's not later than August 9, 2005 (THIS IS A CORRECTION FROM AUGUST 8), 2 p.m. CST to the attention of the Contracting Officer for the NRCS in Little Rock, Arkansas. Only those firms responding by that time will be considered for selection. ADDITIONAL SUBMISSION REQUIREMENTS: Standard Form 330 (SF-330) Supplemental Instructions (Per SF-330 Page 1 of Instruction, Individual Agency Instructions): The following is additional information requested with the SF-330 by Arkansas NRCS: Section E. 14. Years Experience. Differentiate years experience performing planning, design, construction, or other assignments. (2 years construction + 4 years design + 3 years planning + 2 years (regulatory, etc.) = Years experience. Section E. 19. Relevant Projects. Provide up to five projects in which the person had a significant role that demonstrates the person?s capability relevant to her/his role in the projects in 19(a) through 19(e). Provide additional information to be included as 19(f) in Section E, which will provide helpful information in the evaluations by providing additional experience and qualifications similar to the work required for this contract that demonstrates how the selection criteria are met. Describe specific duties, responsibilities and accomplishments in different work positions that differentiate years experience performing planning, design, construction, or other assignments. Section H 29. Additional Information: Attachment 1 to SF 330 Section H. Provide the name of at least one key person proposed for this contract meeting each of the Pre-selection Criteria requirements on an attachment to be titled ?Attachment 1 to SF 330 Section H. Additional Information. Attachment 2 to SF 330 Section H. Provide existing work under contract and the schedules for completion of the existing work for the proposed team for this contract; a contingent plan for completing existing contracts and performing work for this contract; and previous working relationships of team members, other firms, and specialized services proposed for this contract if not clearly demonstrated in the Section G (Matrix) on an attachment to be titled ?Attachment 2 to SF 330 Section H. Additional Information.? PRE-SELECTION CRITERIA: Firms must meet the following criteria in order to be considered for selection under these requirements. 1. Firm will have a minimum of two engineers. At least one engineer must be a Registered Professional Engineer in the State of Arkansas. At least one engineer must have a minimum of ten years combined experience in project planning and one or more of the following: construction of floodwater retarding structures and/or channel improvements, and/or engineering design of flood prevention and/or water resource projects. At least one engineer must have a minimum of ten years in the engineering design of flood prevention and water resource projects. 2. Firm will have a minimum of one discipline specialist with a minimum of ten years experience in planning of water resource projects and preparing documents in accordance with the requirements of NEPA and P&G. 3. Firm will have or be associated with the specialized services of an experienced interdisciplinary staff composed of: an engineer for planning activities, an engineer with design experience to review planning activities and perform design activities, an economist, a biologist, a geologist, and a surveyor. The economist must have a minimum of five years experience. A minimum of one of the specialists or an additional person must have a minimum of five years experience in hydraulic and hydrology engineering. This experience should include ability to plan and design with hydraulic and hydrologic computer models and computer programs. The geologic investigation of this contract will require an experienced professional engineering geologist in compliance with Arkansas laws as stated in Act 701 of 1987 and as regulated by the Arkansas State Board of Registration For Professional Geologist through the Arkansas Geological Commission (3815 W. Roosevelt Rd., Little Rock, Arkansas, 72204, telephone: 501-663-9714). SELECTION CRITERIA: Firms meeting the pre-selection criteria will be evaluated and ranked using the following selection criteria listed in descending order of importance: 1. Specialized experience and technical competence in the type of work required. Evaluation will be based on the extent of direct experience in preparing project plans in accordance with P&G, NEPA, NHPA, NWSM and other State and Federal Requirements; performing engineering surveys and engineering designs for work similar to that required for this contract; 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 in applying the described requirements in NRCS or US Army Corps of Engineers (COE) flood prevention and water resource projects in Arkansas and surrounding states. 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 performing the services required for this contract. Evaluation will include knowledge and experience in conducting all planning activities necessary to formulate, analyze, and evaluate alternatives by procedures and requirements as set forth in P&G and NEPA, as well as preparing NEPA related documents; using economic analysis programs URB1, ECON2, or other programs as long as procedures are followed as outlined in P&G; using HEC-RAS, SITES, TR66, TR55 and TR20 computer models following TR60 guidelines for hydrologic and hydraulic analysis for planning and design of complex watersheds; and designing complex NRCS/COE flood prevention and water resource projects. Examples of work shall be documented for review, as well as a description of the type work performed on SF-330. These work descriptions will be evaluated based on documented complexity of work performed and experience in performing work similar to that required for this contract. 3. Capacity to accomplish the work, including specialized services, in the required time. Evaluation will be based upon the number of personnel assigned in the disciplines described above including specialized services; the quantity of existing work under contract; previous working relationships of team members, other firms, and specialized services proposed for this contract; the schedules for completion of the existing work; and their availability to perform work on this contract. 4. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Evaluation will be based upon the firm?s past performance with team members, other firms, and specialized services proposed for this contract. References with contact names and telephone numbers must be provided. 5. Location in the general geographic area and knowledge of the locality. Evaluation will be based upon a firm?s proximity to Little Rock, Arkansas and work experience within Arkansas. Consideration will be given to firms that have performed similar work to that required for this contract in Arkansas. Provide the address of the office and/or branch office on SF 330 Part I. CONTRACTOR SELECTION: After evaluation, which takes approximately 45 days, one or more of the most highly rated firms will be selected for contract award. The Government reserves the right to negotiate and award a contract up to one year from the proposal receipt date. THIS IS NOT A REQUEST FOR PROPOSAL. Any questions should be addressed to the Contracting Officer, Janet I. Holmes, at the Arkansas State Office, USDA-NRCS, Room 3416, 700 West Capitol Ave. Little Rock Arkansas 72201 or by calling at 501-301-3130. NO ADDITIONAL CONTRACT INFORMATION WILL BE PROVIDED.
 
Place of Performance
Address: Within the State of Arkansas
Country: USA
 
Record
SN00857749-W 20050731/050729211808 (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.