Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 13, 2006 FBO #1509
SOURCES SOUGHT

C -- A & E Services

Notice Date
1/11/2006
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Washington State Office, 316 Boone Avenue, Suite 450, Spokane, WA, 99201-2348
 
ZIP Code
99201-2348
 
Solicitation Number
NRCS-01-WA-06
 
Response Due
2/13/2006
 
Description
The Natural Resources Conservation Service (NRCS) is soliciting SF-330?s, Architect-Engineer Qualifications for Indefinite Delivery Indefinite Quantity (IDIQ) Engineering services contract for work within the state of Washington. Multiple awards may be made based upon geographical areas within Washington. The contract will include an initial performance period from award to September 30th, 2006 and four option year periods. Work under this contract to be subject to satisfactory negotiation of individual firm-fixed price task orders. The price of any single task order shall be at least $5,000 but shall not exceed $50,000. The maximum order amount for the contract period (base year and each option year) shall be $500,000. The guaranteed minimum task order shall be $5,000 for the initial period only. There shall be no guaranteed minimum for the option periods, if exercised. Task orders could include performance of any part or all operations necessary to perform engineering surveys, site investigation, engineering designs, and construction activities for; animal manure and wastewater handling and storage projects, embankment ponds, dikes, bridges, bridge abutments, culverts, pole barn buildings, water control structures, wetland restoration, irrigation system design and other conservation practices within Washington. Surveys required may consist of but are not limited to any part or all of the following activities: topographic surveys, design surveys, geotechnical surveys, and construction layout surveys. Site investigations may include but are not limited to geotechnical subsurface investigations and in-situ field testing to determine engineering characteristics of subsurface soils needed for design activities. Design activities required may consist of but are not limited to any part or all of the following activities: complete the design work for; animal manure and wastewater handling and storage project features, embankment ponds, dikes, bridges, bridge abutments, culverts, pole barn buildings, irrigation systems, water control structures, wetland restoration projects. Preparation of construction specifications, construction plans (drawings), quantities, cost estimates, quantity computation checks and certifications, and prepare design folders. Construction activities may include construction inspection, checkout, and certification. The typical project could require knowledge and experience in animal manure and wastewater volume estimations, rainfall runoff calculations, surveying, geotechnical investigations, structural engineering, soil mechanics testing procedures, engineering design and quality assurance activities associated with the design and construction of waste storage ponds, earth embankments, reinforced concrete structures, clay and flexible liners, wastewater and water conveyance pipelines, gravity and pressure irrigation systems, dikes, bridges, bridge abutments, culverts, pole barn buildings, embankments, diversions, water control structures, sediment basins and wetland restoration. The firm will be required to perform engineering surveys and engineering design activities in accordance with NRCS standards and certify that all surveys and designs meet NRCS standards. NRCS standards can be found in the NRCS Field Office Technical Guide and design guidance can be found in NRCS Handbooks. All design documentation, field notes, drawings and construction specifications are to be furnished to NRCS. Drawings will be computer generated in *.dwg format. Electronic copies and original hard copies are to be furnished to NRCS. PRESELECTION CRITERIA: Firms must meet the following criteria in order to be considered for an award under this requirement. (1) Have a minimum of two engineers employed on a full time basis. At least one engineer must be a Registered Professional Engineer in the state of Washington and have a minimum of ten years experience in engineering surveys and engineering design of the typical projects. (2) Associated with or have a minimum of one surveyor with a minimum of ten years experience in engineering surveys. (3) Associated with or have a minimum of two draftspersons employed on a full time basis, one with a minimum of five years CAD experience and the other with a minimum of one year experience. (4) Associated with or have a minimum of one geotechnical professional with a minimum of ten years experience. SELECTION CRITERIA: Firms meeting the pre-selection criteria will be evaluated and ranked using the following selection criteria: (1) Specialized experience and demonstrated technical competence in each type of work required. Evaluation will be based on the extent of directly related experience in performing engineering surveys and engineering designs of the types of projects described above; 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 the design and application of typical projects in Washington. Evaluation will include experience in; hydrologic and hydraulic modeling and design, experience in the engineering survey, geotechnical site investigation, engineering design, structural design and geotechnical design of typical projects. Examples of work shall be documented for review, as well as a description of the type work performed. These work descriptions will be evaluated based on documented complexity of work performed. (2) 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 requirements above, and their availability to perform work on this contract. (3) Capacity to accomplish the work. 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 past experience with other government agencies and the private sector in performing the requirements described; the quality and timeliness of performance under previous contracts. References with telephone numbers must be provided. (5) Location in the general geographic area. Evaluation will be based upon the firm?s proximity to the State of Washington. The above evaluation factors listed in their order of importance are factor 1 being most important and factors 2 ? 5 being equally important. Firms, which meet the requirements described in this announcement, are invited to submit four (4) copies of Standard Form 330 (Architect-Engineer Qualifications and any other information relative to the selection criteria to the contracting office address listed above to the attention of the Contracting Officer by the close of business February 13th, 2006. Only those firms responding by that time will be considered for evaluation. This is not a Request for Proposal.
 
Place of Performance
Address: Washington State
Country: USA
 
Record
SN00964503-W 20060113/060111211730 (fbodaily.com)
 
Source
FedBizOpps 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.