Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2006 FBO #1564
SOLICITATION NOTICE

C -- Upper Willamette Basin Irrigation Water Management Plans

Notice Date
3/7/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Oregon State Office, 1201 NE Lloyd Blvd., Suite 900, Portland, OR, 97232
 
ZIP Code
97232
 
Solicitation Number
NRCS-06-OR-005
 
Response Due
3/30/2006
 
Archive Date
4/14/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The Natural Resources Conservation Service, Oregon, announces a Request for Qualifications (RFQ) for architect and engineering firms interested in contracting for A&E Services to prepare Irrigation Water Management Plans including, but not limited to, the evaluation of existing systems, irrigation needs analyses, and recommendations for the private landowner. The specific requirements for the contents and organization of the Irrigation Water Management plans are as set forth in the accompanying Statement of Work entitled ?Specifications for Irrigation Consulting Services?. The proposals of A&E firms will be evaluated using Brooks Act procedures. This procurement is unrestricted and is therefore open to all business regardless of size. The type of contract to be awarded will be an (IDIQ) Indefinite Delivery and Indefinite Quantity contract, consisting of one or more task orders. The initial contract term will be for one year and the government may, at its option, extend the contract to a maximum of two years by exercising a one-year renewal option. The government contemplates the award of one to three firm fixed price, Indefinite Delivery, Indefinite Quantity type contracts resulting from this competition. Work under each of the contracts will be subject to the satisfactory negotiation of individual task orders. Firms selected are guaranteed a minimum of $2,500 in fees for each base and option year, up to a potential maximum of $50,000 for each year of the contract. Payment for services performed and deliverables provided pursuant to a task order shall be made in lump sum following vendor?s issuance of a proper invoice and the Government?s acceptance of the work described in the task order. Proposals shall be submitted via SF 330 Statement of Architect and Engineer Qualifications. The SF 330 can be obtained at http://www.gsa.gov. All firms responding to this announcement will be evaluated on the following factors, listed in descending order of importance: Specialized Experience ? Consultant shall demonstrate technical competence in Irrigation Water Management (IWM) practices as defined by NRCS. Evaluation will be based on the extent of direct related experience in performing irrigation system evaluations and recommendations for system improvements and management of water application systems and the interactions with crops and soil. 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. Geographic Location ? Firm will be evaluated on geographic location in relation to the work sites and knowledge of local standards, crops, and soils. Capacity to Accomplish the Work - Evaluation will be based upon the number of personnel available, the quantity of existing work under contract, and the proposed schedules for completion of the existing work. Professional Qualifications ? Qualifications of proposed personnel that will work on the projects will be evaluated. Evaluation will be based upon the number of qualified personnel and their knowledge and level of experience associated with IWM projects and their availability to perform work on this contract. Experience with NRCS standards ? Consultant will be evaluated based on knowledge of NRCS standards and specifications for IWM. Past Performance - Evaluate past performance on contracts with respect to cost control, quality of work, and compliance with performance schedules. This announcement constitutes the only Request for Qualifications for this solicitation. Submittals are due Thursday, March 30, 2006 by 3:30 pm local time. All requirements of this announcement must be met for a firm to be considered responsive. Offerors that fail to submit the required information or adequately address the required information may be rejected. Interested A&E firms must submit two (2) copies of their qualification documents. The SF-330 must include (1) offeror?s DUNS number, (2) office addresses for each key person, including telephone and fax numbers and e-mail addresses, if different than that set forth in the SF-330, (3) the state, year, and discipline of all A&E licenses or registrations of the personnel proposed for the project, and (4) a point of contact, including telephone number, fax number, and e-mail address, for each project identified in the SF-330. Two copies of the complete SF-330 package must be received at the following address: ATTN: Contracting Officer, USDA-NRCS, 1201 NE Lloyd Blvd., Suite 900, Portland, OR 97232. Faxed submittals will not be accepted.
 
Place of Performance
Address: Linn, Lane, and Benton Counties, Oregon
Country: U.S.A.
 
Record
SN01001239-W 20060309/060307211825 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.