Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2008 FBO #2442
DOCUMENT

C -- Architect/Engineering - Animal Manure and Wastewater Handling and Storage Projects - Solicitation Package

Notice Date
8/1/2008
 
Notice Type
Solicitation Package
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, North Dakota State Office, 220 Rosser Avenue, Room 278, Bismarck, North Dakota, 58501
 
ZIP Code
58501
 
Solicitation Number
AG-6633-S-08-0008
 
Archive Date
12/1/2008
 
Point of Contact
Linda K McArthur,, Phone: 701-530-2010, Pam S. Schell,, Phone: 701-530-2014
 
E-Mail Address
linda.mcarthur@nd.usda.gov, pam.schell@nd.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Pre-Notice Solicitation #NRCS-ND-08-0003. IAS solicitation #AG-6633-S-08-0008. The Natural Resources Conservation Service announces a request for Standard Form 330 (Architect and Engineering Qualifications) for Indefinite Delivery Indefinite Quantity (IDIQ) A&E services contract for work within the state of North Dakota. This contract is a Total Small Business Set-Aside. Multiple contracts may be awarded. The contracted firm(s) will receive an IDIQ A&E contract award for one (1) base year. NRCS will have the option to renew the contract by extending the term of this contract through exercising annual options. The total duration of this contract, including options, shall not exceed 5 years. The total order amount for the base-year and each option year, if exercised, shall not exceed $1,250,000.00 (if multiple awards are made, total of all contracts will not exceed $2,000,000.00). The guaranteed minimum task order amount shall be $20,000.00 for the base period only and shall not exceed $250,000.00. There shall be no guaranteed minimum for the option periods, if exercised, and the maximum order will be $250,000.00 per option period. Task order assignments could include performance of any part or all operations necessary to perform engineering surveys, engineering designs, and construction activities for various animal manure and wastewater handling and storage projects and other conservation practices, such as grade stabilization structures, divisions, and sediment basins/structures within North Dakota. 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. Design activities required may consist of but are not limited to any part or all of the following activities: design animal manure and wastewater handling and storage project features, prepare construction specifications, prepare construction plans (drawings), prepare cost estimates, quantity computation checks and certifications, and prepare design folders. Construction activities will include construction inspection, checkout, and certification. The typical project could require knowledge and experience in all aspects of animal manure and wastewater volume estimations, rainfall runoff calculations, surveying, 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 conveyance pipelines, diversions, and sediment basins. 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 the Agricultural Waste Management Field Handbook. All drawings will be computer generated *.dwg format. Electronic copies and original hard copies are to be furnished to NRCS SELECTION CRITERIA: Firm(s) meeting the pre-selection criteria will be evaluated and ranked using the following selection criteria: (1) Specialized experience and technical competence in the type of work required. Evaluation will be based on the extent of directly related experience in performing engineering surveys, engineering design, and providing construction inspection services on 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 firm(s) with knowledge and direct experience in the application of the described requirement in animal manure and wastewater handling and storage projects in North Dakota. Evaluation of experience will include; hydrologic and hydraulic design of animal waste systems, design of flexible clay liners, and experience in the engineering survey, engineering design, and construction inspection of NRCS funded animal manure and waste water handling and storage projects. Experience should include other affiliated conservation projects associated with animal feeding operations such as livestock pipelines, heavy use areas, protective fencing, and access roads. Examples of work shall be documented for review, as well as a description of the type and scope of work performed. (2) Professional qualifications necessary for satisfactory performance. Evaluation will be based on the number of qualified personnel and their knowledge level associated with the requirements above, and their availability to actively perform work on this contract. (3) Capacity to accomplish the work. Evaluation will be based on the number of qualified personnel realistically available in the disciplines described above, the quantity of existing work under contract, and the schedules for completion of the existing work. (4) Location in the general geographic area. Evaluation will be based on the proximity of assigned qualified personnel to the State of North Dakota. (5) Past performance on contracts with Government agencies and private industry. Evaluation will be based on previous contracts performed for animal manure and wastewater handling and storage projects. Evaluation will consider the work performed, quality of work, compliance with performance schedules and cost control. A list of references and letters of recommendation with company seal or logo may be submitted for evaluation purposes. Evaluation factor 1 is considered the most important and will be weighted at twice the value of Factors 2 through 5. Factors 2 through 5 will be evaluated as 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 September 1, 2008. Only those firm(s) responding by that time will be considered for selection. REQUIRED REGISTRATION: All firms responding to this announcement are required to register in Central Contractor Registration (CCR) at www.ccr.gov and Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=69d0fc41906e60f9e166ccd713aae32e&tab=core&_cview=1)
 
Document(s)
Solicitation Package
 
File Name: Specifications for Design and Engineering Services (Appendix A Specifications for Design and Engineering Services.pdf)
Link: https://www.fbo.gov//utils/view?id=6d0bafc30649ea29e621afd7ea70f623
Bytes: 61.98 Kb
 
File Name: SF330 (sf330.pdf)
Link: https://www.fbo.gov//utils/view?id=fafc2ec34551467b9607557554a29325
Bytes: 129.83 Kb
 
File Name: Solicitation package (Solicitation package for AE Ag Waste 2008 contracts.pdf)
Link: https://www.fbo.gov//utils/view?id=73b1c7a7e2adbfdf74fa3ec34bf5f94e
Bytes: 183.13 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: State of North Dakota, Bismarck, North Dakota, 58501, United States
Zip Code: 58501
 
Record
SN01629323-W 20080803/080801222901-69d0fc41906e60f9e166ccd713aae32e (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.