Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 16, 2008 FBO #2547
SOLICITATION NOTICE

C -- Architect-Engineer (A-E) services for a firm fixed-price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for flood prevention, water resources projects in Texas

Notice Date
11/14/2008
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Texas State Office, 101 South Main Street, Temple, Texas, 76501-7602
 
ZIP Code
76501-7602
 
Solicitation Number
AG-7442-S-09-0004
 
Archive Date
1/17/2009
 
Point of Contact
Chip Burnette,, Phone: 2547429921
 
E-Mail Address
chip.burnette@tx.usda.gov
 
Small Business Set-Aside
N/A
 
Description
SYNOPSIS: This is a solicitation of SF-330's for Indefinite Delivery Indefinite Quantity (IDIQ) A&E Services contract(s) for various flood prevention, water resources and other federally funded projects primarily within the State of Texas, utilizing firm fixed price task orders. Estimated start date for this contract is 16 February 2009. The NAICS Code for this procurement is 541330, and the size standard is $4.5 Million. The contract will include one base year and four option periods. Eork under this contract is subject to satisfactory negotiation of individual task orders. The price of any single task order shall be at least $1,000.00, but shall not exceed $1 million. The total of all task orders in a single period of performance shall not exceed $1 million, and the cumulative total for the entire contract shall not exceed $5 million. The guaranteed minimum shall be $5,000.00 for the base period only, there is no guaranteed minimum for the option periods, if exercised. This acquisition is for architect-engineer (A-E) services, and is procured in accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulations. A-E firms meeting the requirements described in this announcement are invited to submit: (1) a Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II, and (2) and requested supplemental data to the procurement office shown. Firms registering for consideration for future Federal A-E projects are encouraged to electronically submit SF 330 Part II, General Qualifications, to http://www.bpn.gov/orca/login.aspx and to update at least annually. Firms with a SF 330 Part II on file in this central Federal database do not need to submit a Part II for this acquisition unless directed by the announcement. 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. Following an evaluation of the qualifications and performance data submitted, three or more firms that are considered to be the most highly qualified to provide the services required will be chosen for negotiation. Selection of firms for negotiation shall be made in order of preference based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the specific selection criteria listed in the announcement. SCOPE OF SOLICITATION The scope of the solicitation will be for performance of any part or all operations necessary to perform services for engineering surveys, geotechnical engineering, engineering designs and construction services for various flood prevention projects, water resources projects, recreational projects adjacent to reservoirs and other federally funded projects primarily within Texas. Firm will furnish all equipment, personnel and materials to perform the tasks. 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. Geotechnical Engineering activities required may consist of performing geologic and soil investigations, soil material testing, developing and interrupting geotechnical reports, and accurately apply the data to the design of the project measures. Design activities required may consist of but are not limited to any part or all of the following activities: design water resources project features, prepare construction specifications, prepare construction plans (drawings), prepare land rights work maps, prepare cost estimates, prepare bid schedules, quantity computation checks and certifications, and prepare design folders. Construction Service activities required may consist of but not limited to providing full time construction inspection to insure contract compliance and quality assurance. Quality Assurance (QA) activities shall include maintaining a job diary, providing field QA testing, interpret drawings, specifications, geologic reports, soil mechanics reports, and contract provisions contained in the contract. The typical project could require knowledge and experience in all aspects of surveying, performing geologic investigation, soil testing and analysis, developing and interpreting geologic and soil mechanics reports, engineering design and quality assurance activities associated with the design and construction of deep and shallow foundations (bearing capacity, consolidation, seepage, etc.) earth embankments, roller compacted concrete structures, earthwork, 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 surveys, geotechnical activities, engineering design, and construction service activities in accordance with NRCS standards and certify that all meet NRCS standards. The majority of design work will be civil. All drawings will be computer generated in AutoCAD format. Electronic copies and original hard copies are to be furnished to NRCS. SELECTION CRITERIA A.Pre-Selection Criteria 1.Firm or joint venture will have a minimum of two (2) engineers employed on a full time basis. Engineers must be Registered Professional Engineers in the State of Texas with a minimum of ten (10) years experience in engineering surveys, geotechnical investigation, soil testing, engineering design and construction services for flood prevention, water resource, and/or other federally funded projects. 2.Firm or joint venture will have a minimum of one (1) surveyor with a minimum of ten (10) years experience in engineering surveys for flood prevention, water resource and/or other federally funded projects. 3.Firm or joint venture will have an interdisciplinary professional staff composed of an engineer, geologist, and surveyor with a minimum of two (2) professional disciplines besides engineering having a minimum of five (5) years experience each. 4.Firm or joint venture will have a minimum of two (2) draftspersons employed on a full time basis, one (1) with a minimum of five (5) years experience and the other with a minimum of one (1) year experience. 5.Firm has an office located within 200 miles of Temple, Texas. B.Selection Criteria 1.Professional qualifications necessary for satisfactory performance (20%). 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. Evaluation status will be determined by the number of engineers available to perform the work, their years experience, and registration of each. 2. Specialized experience and technical competence in the type of work required. (40%). Evaluation will be based on the extent of directly related experience in performing engineering surveys, geotechnical engineering, engineering design and construction services of flood prevention and water resource related 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 engineering design of flood prevention and water resource related projects in the NRCS Central Region. Evaluation will be based on experience using HEC-RAS, SITES, TR66, TR55 and TR20 computer models following TR60 guidelines, hydrologic and hydraulic design of complex watersheds, designing complex foundation and drainage features, experience in the engineering survey, engineering design and construction services of NRCS flood prevention and water resource projects and in the design of recreational areas near water bodies. Examples of work shall be documented on SF-330’s for review as well as a description of the type of work performed. These work descriptions will be evaluated based on the documented complexity of work performed. Evaluation scores will be determined based on the number of engineers and their years experience in the use of the programs and the type projects listed. Higher credit will be given for work on NRCS design projects within the Central Region and their degree of complexity. 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 (20%). Evaluation will be based upon the firm’s past experience with other government agencies and the private sector in performing the requirements described and the quality and timeliness of performance under previous contracts. References with contact names and telephone numbers must be provided. Higher credit will be given for work in NRCS design projects within the Central Region.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fcc5b715d3765f35d03ebb5e14f6afee&tab=core&_cview=1)
 
Place of Performance
Address: Various locations, State of Texas, Temple, Texas, 76501, United States
Zip Code: 76501
 
Record
SN01704714-W 20081116/081114215348-fcc5b715d3765f35d03ebb5e14f6afee (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.