Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2005 FBO #1378
SOLICITATION NOTICE

C -- Design of Agrichemical Handling Facilities

Notice Date
5/25/2005
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural 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
AG-52KY-S-05-0007
 
Response Due
6/24/2005
 
Point of Contact
Judith Weber, Contracting Officer, Phone 317-290-3200 x 385, Fax 317-290-3225, - Marla Sparks, Contract Specialist, Phone 317-290-3200, Ext. 330, Fax 317-290-3225,
 
E-Mail Address
judith.weber@in.usda.gov, marla.sparks@in.usda.gov
 
Description
Description: CONTRACT INFORMATION: The USDA Natural Resources Conservation Service (NRCS) in Indiana requires the services of an Architect-Engineering (A-E) firm for design of agrichemical handling facilities. Engineering services are required for the preparation of plans, specifications, cost estimates, related studies, and all associated engineering services for the design and construction in various locations throughout Indiana. Construction activities will include construction inspection, checkout, and certification. This acquisition process is being conducted in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. THIS PROCUREMENT IS UNRESTRICTED and is therefore open to all businesses regardless of size. The primary North American Industrial Classification System Code (NAICS) is 541310. This announcement constitutes the only notice. PROJECT INFORMATION: The government contemplates the award of two to five Indefinite Delivery, Indefinite Quantity (IDIQ) contracts resulting from this competition. Contracts may be issued up to twelve months after selection approval and will be issued based on the order of ranking of the firms by the selection board. The number of contracts that will be issued will be dependent on the amount of work that will be required. The initial contract period will be from date of award through September 30, 2005 and the government may, at its option, extend the contract until September 30, 2009 by exercising each of the four one year renewal options. Work under each of the contracts will be subject to satisfactory negotiation of individual task orders. Funding for these contracts is through the NRCS EQIP program. It is anticipated that a maximum of $50,000 will be available during the initial contract period and up to $500,000 for all task orders in total for each option year of the contract. This amount, however, may vary from year to year with no guaranteed amount. The price of any single task order shall be at least $1,000 but shall not exceed $500,000. The cumulative value for all task orders for the contract period will not exceed $2,050,000. Task Orders will be negotiated as firm fixed-price procurements. Task Orders are expected to include civil, agricultural, and or environmental engineering services and other services as needed for preliminary investigation, design, and construction supervision of the defined project. Services requested may require performing (1) field investigations; (2) engineering surveys; (3) geologic and soils investigations, (4) design and preparation of engineering plans and construction specifications, (5) construction layout and certification of completed practices in accordance with NRCS policies, standards, specifications and handbooks. The construction and design documents prepared under these contracts shall be produced in electronic format conforming to approved NRCS computer software. All drawings will be submitted using AutoCAD, version 2000 or later or other similar CAD software that is directly convertible to AutoCAD. SUBMISSION REQUIREMENTS: Those firms that meet the requirements described and wish to be considered must submit THREE copies of Standard Form 330 for prime and any proposed sub-consultant to the Contracting Officer, Natural Resources Conservation Service, 6013 Lakeside Boulevard, Indianapolis, IN 46278. Limit your SF 330 along with supporting data for a total package of not more than 75 pages, 8x11 paper, 12 pitch. Pages in excess of this maximum limit shall be removed from the proposal and will not be evaluated by the selection board. Please indicate the solicitation number on the outside of your package. All responses received within 30 days after this publication will be considered for selection. Any incomplete responses or responses received after this time will not be accepted and will be returned to the offeror. The SF-330 must clearly indicate: (1) the office location where the work will be performed and the qualifications of the individuals and subcontractors proposed to work on the contract showing all disciplines including but not limited to civil, agricultural, environmental and geotechnical engineering, nutrient management planning and application, as well as their geographical locations; (2) the Offeror’s proposed sub-consultants showing their disciplines and their qualifications as well as their geographic locations; a description of the offeror’s facilities, materials, equipment and services to be used to perform the type of tasks described by this notice; a customer reference list with addresses and telephone numbers, and bidding records (low bid vs. estimate) for all projects listed as related experience; a project workload schedule showing proposed team members for the project period; and, Offeror’s must have a Registered Professional Engineer on staff that is licensed in the State of Indiana to certify all drawings that will be prepared by the Offeror. Submit the name and registration number of this individual. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of the firm, specialized technical expertise, or other requirements listed. Selection of firms for negotiation shall be through an order of preference based upon demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required. All firms responding to this announcement will be evaluated on the following factors (included in descending order of importance): (1) experience with similar types of projects in the Midwest states; (2) experience with NRCS methods, standards and specifications, TSP process; (3) past performance on contracts with government agencies and private sector (relevant projects shall not be more than 5 years old); (4) location in general geographical area of the project and demonstrated knowledge of the locality of the project; and, (5) professional qualifications necessary for satisfactory performance. Prior to the final selection, firms considered highly qualified to accomplish the work may be interviewed either by telephone or by formal presentation. 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. 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. For information regarding registration, contact the CCR Web Site at www.ccr.gov. The FAR now 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. SOLICITATION PACKAGES WILL NOT BE PROVIDED. Forms may be obtained at http://www.gsa.gov/forms/zero. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (25-MAY-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 02-SEP-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/NRCS/INSO/AG-52KY-S-05-0007/listing.html)
 
Place of Performance
Address: Various Locations in the State of Indiana
 
Record
SN00886463-F 20050904/050902212834 (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.