Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 01, 2006 FBO #1801
SOLICITATION NOTICE

C -- ARCHITECT/ENGINEER SERVICES FOR PLANNING, DESIGN, OR CONSTRUCTION OF WATER RESOURCE PROJECTS IN VIRGINIA (IDIQ)

Notice Date
10/30/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Virginia State Office, 1606 Santa Rosa Road, Suite 209, Richmond, VA, 23229-5014, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AG-33A7-S-07-0001
 
Response Due
12/5/2006
 
Description
The services provided shall consist of performance of all operations or any part necessary to perform watershed planning/environmental evaluation, soil mechanics, geologic investigations, engineering surveys, engineering designs, construction services, dam hazard classification and breach zone inundation mapping for various water resources projects within Virginia. All work shall be performed in accordance with appropriate NRCS standards and policies. Planning shall consist of initiating and/or completing water resource related planning, including watershed dam rehabilitation, of flood control works. All work will be conducted by experienced interdisciplinary staff and shall follow the procedures outlined in the NRCS National Watershed Manual and the Economic and Environmental Principles and Guidelines for Water and Related Land Resources Implementation Studies. Soil mechanics testing and analysis shall serve as a basis for design and construction of the planned structures and appurtenances. The soil testing program shall include both index and engineering property testing when appropriate. Testing shall be done on samples that represent the range of materials on site and the methods shall be compatible with the type of engineering analysis made and the field conditions that will exist. Geologic investigations shall consist of the performance of all operations as necessary to complete detailed geologic investigations, prepare reports and recommendations for the proposed structural measures. Surveys required may consist of, but are not limited to, any part or all of the following activities: topographic/planimetric surveys, magnetometer surveys, hydrographic/ bathymetric surveys, horizontal and vertical control surveys, design surveys, development of graphical representations of survey data collected, construction layout surveys, and surveys for quantity computations. Design activities required may consist of, but are not limited to, any part or all of the following activities: design of water resources project features, preparation of construction specifications, construction plans (drawings), landrights work maps, cost estimates, bid schedules, quantity computation checks and certifications, independent reviews, and design folders. The typical project could require knowledge and experience in all aspects of engineering surveys and engineering design activities associated with the design and construction of deep and shallow foundations (bearing capacity, consolidation, seepage, etc.), earth embankments, roller compacted concrete structures, earthwork, earthen floodwater control structures, channel grade control structures, cellular concrete block lined and rock riprap lined channels, reinforced concrete structures, automated and manual water control gates, rock riprap placement, timber structures, steel structures and structural fabrication, timber, steel and concrete piling, sheet piling and channel bank stabilization measures. The firm will be required to perform engineering survey and engineering design activities in accordance with NRCS standards and certify that all engineering surveys and engineering designs meet NRCS standards. The firm will be required to interpret geotechnical reports and accurately apply the data to the design of the project measures. The majority of design work will be civil. All drawings will be computer generated in AutoCAD 2006 *.dwg format. Construction services shall consist of the performance of any part or all operations necessary to provide services to the Contracting Officer during construction such as making changes in design, drawings and specifications, providing interpretations of the drawings and specifications, reviewing shop drawings and providing onsite consultation and/or quality assurance that may include but are not limited to surveys for pre-construction conditions, surveys for layout of works, inspection and certification of construction activities, testing and sampling, quantity computations and surveys for as-built conditions. Dam hazard classification and inundation mapping shall consist of all operations to obtain and evaluate information necessary to determine and prepare hazard classification and the flood inundation map downstream of a flood control structure. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The primary North American Industrial Classification System Code (NAICS) is 541330, which has a size standard of $4,500,000 in average annual receipts. This announcement is open to all businesses regardless of size. This announcement constitutes the only notice. The type of contract that will be awarded is an Indefinite Delivery, Indefinite Quantity (IDIQ) contract which will consist of one or more task orders. A single contract will be awarded with a maximum annual $500,000 limitation and no guaranteed minimum task order except for the base period. The guaranteed minimum task order is $5,000 for the base period. There will be no guaranteed minimum task order for the option periods, if exercised. The initial contract period will be from date of award through September 30, 2007, and the government may, at its option, extend the contract for up to four (4) one-year option periods. It is anticipated that contract award will be on or about January 2007. Responses should include proposed sub-consultants for all disciplines including but not limited to surveying, civil, hydrology, hydraulics, agricultural, environmental, geotechnical and economics. Responses should also include the qualifications of personnel and description of facilities, materials, equipment and services to perform the type of tasks described by this notice. SUBMISSION REQUIREMENTS: Those firms that meet the requirements described below and wish to be considered must submit three copies of Standard Form SF330 for prime and any proposed sub-consultant to Denise Darby, Contracting Officer, USDA, Natural Resources Conservation Service, 1606 Santa Rosa Road, Suite 209, Richmond, VA 23229. The forms must be received in this office no later than 4 p.m. on December 5, 2006 to be considered for selection. The SF330 must clearly indicate the office location where the work will be performed and the qualifications of the individuals and subconsultants proposed to work on the contract and their geographical location. Include an organizational chart of the key personnel to be assigned to this project. Firms responding to this announcement before the closing date will be considered for selection based on the criteria listed in this announcement. 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. This is not a request for proposal. Prior to the final selection, firms considered highly qualified to accomplish the work may be interviewed either by telephone or by formal presentation. To be eligible for contract award, a firm must be registered in the Central Contractor Registration (CCR). For information regarding registration, contact the CCR Web Site at www.ccr.gov. PRE-SELECTION CRITERIA: 1. Have a minimum of five engineers employed on a full time basis. At least three engineers must be Registered Professional Engineers in the state of Virginia and have a minimum of ten years experience in engineering surveys and engineering design of flood prevention and water resource projects. 2. Associated with or have a minimum of one surveyor registered in the state of Virginia with a minimum of ten years experience in engineering surveys for water resource projects. 3. Associated with or have a minimum of one planner/environmental specialist with a minimum of five years experience in planning or environmental evaluation for water resource projects. 4. Associated with or have a minimum of one geologist and one geotechnical engineer with a minimum of five years experience. The firm shall also have access to a soils testing laboratory and field geotechnical exploratory services. 5. Associated with or have a minimum of one inspector to perform quality assurance with a minimum of ten years experience in construction for water resource projects. 6. Associated with or have a minimum of five draftspersons employed on a full time basis, at least two with a minimum of five years CAD and Eagle Point experience and at least one other with a minimum of one year?s experience. SELECTION CRITERIA: See Note No. 24 for a general description of the A-E Selection Process. (Click on Notes at the bottom of this solicitation). 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: 1. Professional qualifications necessary for satisfactory performance (30%). 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. 2. Specialized experience and technical competence in the type of work required (25%). Evaluation will be based on the extent of directly related experience in performing engineering support of the types of projects described; 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 application of the described requirements in flood prevention and water resource projects in Virginia. Evaluation will include experience using SITES, HEC-RAS, TR66, TR20 computer models, following TR60 guidelines, hydrologic and hydraulic design of complex watershed structures, designing complex foundation and drainage features, and experience in the entire project development with an emphasis on water resource planning and engineering design of 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 the SF-330. These work descriptions will be evaluated based on the documented complexity of work performed. The evaluation will consider the management approach, coordination of disciplines and sub-consultants, quality control procedures, and prior experience of the prime firm and any significant sub-consultants on similar projects. 3. Capacity to accomplish the work (20%). 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 (15%). Evaluation will be based upon the firm?s past experience with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. References with contact information including telephone numbers must be provided. 5. Location in the geographical area and knowledge of the local area (10%). Evaluation will be based on proximity to Verona, Virginia and knowledge of the locality.
 
Place of Performance
Address: Virginia
Zip Code: 23229
Country: UNITED STATES
 
Record
SN01172854-W 20061101/061030220111 (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.