Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2009 FBO #2725
SOLICITATION NOTICE

C -- Upper Truckee River Stream Channel Restoration Analysis and Design Project

Notice Date
5/11/2009
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
631 Coyote Street Nevada City CA 95959-2250
 
ZIP Code
95959-2250
 
Solicitation Number
AG-9A63-S-09-0053
 
Response Due
6/29/2009
 
Archive Date
7/31/2009
 
Point of Contact
Denise L Storms, Contracting Officer, Phone 530-642-5160, Fax 530-621-5258, - Diane J. Jones, Procurement Technician, Phone 530 478-6125, Fax 530 478-6126
 
E-Mail Address
dlstorms@fs.fed.us, djjones@fs.fed.us
 
Small Business Set-Aside
N/A
 
Description
Upper Truckee River Stream Channel Restoration Analysis and Design Project The USDA Forest Service, Lake Tahoe Basin Management Unit (LTBMU), South Lake Tahoe, California, is seeking a qualified consultant to provide professional services to develop final (100%) design plans (i.e., engineering plans with specifications) from the existing 50% designs to restore Reach 5 of the Upper Truckee River. The consultant will be responsible for incorporating the comments received on the 50% design plans into the final designs, for obtaining design information about the upstream and downstream channel restoration projects to ensure compatibility, and for validating and/or revising the designs by comparing them with a reference channel reach. The project is located in El Dorado County and is accessible from Elks Club Drive at the junction with Highway 50. The Watershed The Upper Truckee River watershed is approximately 54 square miles in size. Elevations in the watershed range from 6,224 ft at the rivers mouth at Lake Tahoe to approximately 10,000 feet. The project area consists of a floodplain meadow formed along a low gradient portion of the lower Upper Truckee River watershed. Project Location The upstream end of the project site is a few thousand feet below the Highway 50 crossing at Elks Club Drive. The project reach (Reach 5) extends from that location, near the southeast corner of the Lake Tahoe Airport runway, to approximately 8,000 feet downstream to the US Forest Service property boundary. Scope of Work Professional and technical services shall include all labor, materials, equipment, and facilities, as required to conduct the analysis for design, to be the basis for the development of engineering plans and specifications. The contractor, the LTBMU Stream Restoration Group, and a California Tahoe Conservancy (CTC) representative will function as a team, accomplished through field meetings, office meetings, and email communication. COMPONENTS OF THE ANALYSIS FOR DESIGN SHOULD INCLUDE BUT ARE NOT LIMITED TO: Soils, meadow soil stratification, and vegetation characterization Implementation constraints (including wildlife habitat and vegetation communities present, public utilities, and property boundaries) Assessment of appropriate channel substrate material (for channel bed and banks) Preliminary design validation Assessment of local functional analogue channel. Multiple reach unsteady flow flood hydraulic analysis. COMPONENTS OF DESIGN PLAN DEVELOPMENT SHOULD INCLUDE BUT ARE NOT LIMITED TO: Hydraulic and geomorphic synopsis Geomorphically compatible tie-ins to the existing channel both upstream and downstream of the project reach Incorporation of aquatic habitat features Meadow revegetation as part of site rehabilitation Plans and specifications The work to be performed by the consultant shall consist of, but is not limited to, the following items and sub-items: 1. USFS coordination. A USFS restoration hydrologist and a representative from the CTC will be part of the consultant’s design team from the analysis for design through final project design. There will be bi-monthly coordination among the design team, as needed, regarding the progress and status of the project and related issues through meetings or personal communications. 2. Other coordination meetings. Three additional coordination meetings will be required before completing the 75% design plans, with; 1) the preparers of the 50% plans, 2) the South Tahoe Public Utility District; and 3) the upstream and downstream project teams. 3. Analysis for design and design report. A professional memo that summarizes all analyses and conclusions described in the Components of the Analysis for Design section above, and any other analyses developed during contract negotiation and/or during the assessment phase of the contract and agreed upon by both USFS Restoration Staff and the contractor. 4. Preparation of Design Plans and Specifications. Project designs shall emphasize the use of passive watershed or bioengineering methods and approaches, and shall also incorporate details/specifications for the utility line crossings (approved by STPUD) and crossings over the existing channel alignment, which may require more hardened engineered structures. Design plans shall be stamped and signed by a civil engineer registered in California. Final plans shall be detailed to the degree necessary that they can be used for construction drawings (main sheets at standard engineering scale) and shall include, at a minimum, a cover sheet, location map, legend, abbreviation list, general notes, plan and profile sheets, cross sections, details, temporary erosion control, land capability, revegetation specifications, bioengineering techniques, land disturbance calculations, soil excavation quantity calculations, and in-stream structures. Plans shall also show the location of construction and maintenance access and haul roads, staging and storage areas. 5. Construction Support Documents Memo. This memo includes technical specifications that shall include, at a minimum, description of items to purchase and materials specification, quantities of cut and fill, order of work, types of equipment to be used, all procedures and equipment for purchasing, installing, and maintaining all BMPs. Since the project requires a phased approach for implementation, the contract documents shall reflect this. The consultant shall also provide a final engineer’s construction cost estimate for each phase and for the project in total. 6. Field Reviews. The consultant shall lead 2 field reviews of the project, one at the 75% design phase with the USFS, CTC, Washoe Tribe of Nevada and California, TRPA, LRWQCB, League to Save Lake Tahoe, Army Corps of Engineers, and other members of the project Technical Advisory Group. The second field review shall be for the Forest Leadership Team (FLT): Forest Supervisor, Deputy Forest Supervisor, and Staff Officers. 7. Attendance at agency/organization meetings. This includes three meetings, at the onset of the contract, and at the 75% and 90% phases of project design. Consultant shall be prepared to present the project design and respond to questions and comments. Consultant shall respond in writing to comments presented at the meetings and those received in writing from the USFS. 8. Design/Construction drawings. Provide two sets of reproducible, stamped and signed original final plans for implementation, and one set in electronic file format. Plans will be in a standard engineering design and layout format. Estimated value of construction work resulting from this contract is $4,500,000. Proposed Project Schedule Contract award July 2009 Modeling and report completion November 2009 100% design completion February 2010 Prospective Consultant shall include in the proposal any anticipated deviations from this schedule. Proposal Requirements In additional to the SF-330*, the consultant shall provide a precise, responsive proposal which shall include the following: * The actual SF-330 is not required to be submitted if the relevant information is clearly articulated elsewhere in the response package. 1. A cover letter (**not to exceed one page), identifying name, address, and telephone number of the principal representing the firm/team, signed by a person authorized to execute a contract with the USFS. A copy of the corporate resolution, or other applicable document, confirming this person is duly authorized shall be included with the proposal. 2. A description of the firm/team (**not to exceed two pages), identifying the firm/team’s primary services, office location(s), and professional and support staff members. 3. Resumes with a concise breakdown of personnel and potential sub contractors (**not to exceed two pages), with a description of personnel and principal(s) to be assigned to this project and a description of their responsibilities as they relate to this project. 4. Provide a description of similar projects under similar Sierra Nevada conditions prepared, planned, and designed with the involvement of the principal(s) by the firm/team. This shall include client reference, phone number, and key consultant staff persons who worked on the project. Include information on project acreage, size and location, scope of work, and if the project is available for inspection. Include estimated and actual budget, estimated and actual schedule, original staffing and staffing at project completion, and involvement of principal(s). (**Limit the description and details for ALL projects to three pages). 5. A brief statement (**not to exceed one page), expressing the firm/team’s restoration philosophy along with their understanding of, and general approach to, the proposed project. 6. The proposal must include a brief discussion (**not to exceed one-page) of any other projects undertaken currently by the firm/team that might result in delays to completing this project on schedule or that would constitute a conflicting interest. 7. A work schedule with the start dates and completion dates of the individual sub-items listed under the Scope of Work. **font size of 10 or greater is required for the body of the proposal; proposals that do not meet the font or page requirements as stated above, will render that proposal void and not considered for evaluation and selection. The Consultant shall submit five (5) copies of the proposal. This procurement is open to both large and small business concerns in accordance with the Small Business Competitiveness Demonstration Program. All firms responding to this announcement will be evaluated on the following factors, which are shown in descending order of importance: 1. Professional qualifications necessary for satisfactory performance of required services. Demonstrate qualifications through past performance, responsibilities, and a description of the utilization for key personnel assigned to the project. 2. Specialized experience and technical competence in the type of work required. Demonstrated experience in analysis and stream and meadow restoration project design related to project purpose as outlined in the project statement of work. 3. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. 4. Capacity to accomplish the work in the required time. The proposal must provide a brief description of three projects with similar scope and scale, description of the tasks accomplished, and the timeline in which the tasks were accomplished, and the name and contact information (project manager) of the funding organization. 5. Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. The proposal must state knowledge of or similar experience in dealing with the typical codes and regulations for restoration work in sensitive environments such as streams and riparian areas in state of California. Please submit your Technical Proposal to: USDA Forest Service, IBET Province, 631 Coyote Street, Nevada City, CA 95959, Attn: Acquisitions, Room 117. They are due by close of business (4:30 pm local time) on June 29, 2009. The SF-330 is available on the internet at http://www.gsa.gov and click on Federal Forms. Point of Contract(s): Denise Storms, Contracting Officer, Phone 530-642-5160, Fax 530-621-5258, Email dlstorms@fs.fed.us – Diane Jones, Procurement Assistant, Phone 530-478-6125, Fax 530-478-6126, Email djjones@fs.fed.us NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USDA/FS/9A63/AG-9A63-S-09-0053/listing.html)
 
Place of Performance
Address: Lake Tahoe Basin Management Unit South Lake Tahoe, CA
Country: US
 
Record
SN01814011-F 20090513/090511233028 (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.