Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2009 FBO #2833
SOLICITATION NOTICE

C -- EIGHTMILE CREEK FISH BARRIER ASSESSMENT - Attachments

Notice Date
8/25/2009
 
Notice Type
Presolicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Eastern Washington ZAP, Okanogan NF, 1240 S. 2nd, Okanogan, Washington, 98840
 
ZIP Code
98840
 
Solicitation Number
AG-05H7-S-09-9011
 
Archive Date
9/23/2009
 
Point of Contact
Kris D Bellini, Phone: 509-684-7113
 
E-Mail Address
kbellini@fs.fed.us
(kbellini@fs.fed.us)
 
Small Business Set-Aside
Emerging Small Business
 
Description
Attachment 4 - Project Map LG Scale Attachment 3 Project area map Attachment 2 vicinity map Attachment 1 scope of work The Okanogan and Wenatchee National Forest is requesting SF 330 Architect-Engineer Qualifications and is seeking a qualified firm to provide professional engineer with expertise in fish barrier assessment to evaluate Eightmile Creek from the confluence with the Chewuch River to RM 2.0 for fish barriers. The assessment is needed to determine if the bridge across Eightmile Creek and the road fill just upstream of the bridge encroaching on the stream channel has formed a velocity barrier for fish and if the canyon below the road is passable for fish at all life stages. The results of this evaluation will be used to eliminate any identified man-made fish barriers. This assessment will take one year with a final assessment due no later than September 30, 2010. Eightmile Creek is located on the Methow Valley Ranger District of the Okanogan & Wenatchee National Forests in Okanogan County, Washington. To access the confluence of Eightmile Creek with the Chewuch River from Winthrop, Washington, travel west on State Highway 20 approximately 2 block past downtown to the junction with County road 1213. Turn right and travel north on CR 1213 approximately 8 miles to the junction with Forest Service Road 5130. The confluence is approximately 0.2 miles east of the road junction. Road 9129 to the base. This procurement is an Emerging Small Business Set Aside and restricted to businesses falling within the threshold set by the primary North America Industry Classification System (NAICS) group. The primary NAICS group is 541620, which has a size standard of $7.0 million in average annual receipts. SCOPE OF WORK – See Attachment 1 Project area and vicinity maps – See Attachments 2, 3 and 4 SELECTION CRITERIA AND SUBMITTAL REQUIREMENTS (1) Specialized experience: evaluation will be based upon experience in performing fish passage and barrier analysis and design relating to ESA species. (2) Past performance on contracts with government agencies and private industry. Evaluation will be based upon the firm's past experience with other government agencies and the private sector in performing fish passage barrier assessments including cost control, quality of study elements, integrity of the study and quality of the final assessment under previous contracts. References with telephone numbers must be provided. (3) Professional qualifications: evaluation will be based upon the number of qualified personnel and their knowledge and level of specialized education at the university level, and all other applicable education, training, and certifications together with their availability to perform work on this contract. (4) Technical competence: evaluation will be made based on specialized knowledge and techniques utilized in the assessment of fish passage and fish barrier issues. (5) Location in the geographical of the project: evaluation will be based upon the knowledge and experience in working in high elevation, remote, recreational, alpine/forest conditions. (6) Capacity to accomplish the work: evaluation will be based upon the number of personnel available, the quantity of existing work under contract, and the schedules for completion of the existing work. SF 330s will be evaluated to determine the most highly qualified firm based on the 6 criteria factors listed above. All projects provided in the SF 330 (Architect-Engineer Qualifications) must be completed by the office/branch/individual team member actually performing the work under this contract. Projects not performed by the office/branch/individual team member will be excluded from evaluation consideration. Selection will be in accordance with the Brooks Act and FAR Part 36 to determine the most highly qualified firm. SUBMITTAL REQUIREMENTS: The offeror shall submit a SF 330 Architect-Engineer Qualifications form (available from the following website http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?viewType=DETAIL&formId=21DBF5BF7E860FC185256E13005C6AA6). The SF 330 is limited to 30, 8.5x11 pages. Minimum font size is 10. Submit one of the following: a) One (1) original and two (2) copies of SF 330 for the prime offeror (which also includes a completed Part II for the firm and key sub-consultants) addressing above selection criteria information; or b) one compact disk copy or e-mail transmission, in Adobe Acrobat format, of the complete SF330 being submitted by the firm. ADDITIONAL INFORMATION: All information must be included in the SF 330 package, (cover letter, attachments and excess number of pages will be excluded from the evaluation process). Firms must be registered with Central Contractor Registration (CCR) prior to contract award. Registration information is available at the CCR website, http://www.ccr.gov. The Short Selection Process (as described in FAR Part 36) will be used as this contract is not expect to exceed the Simplified Acquisition Threshold. Those firms that meet the requirements in this announcement and wish to be considered must submit their packages to: USDA Forest Service, Kris Bellini, 765 South Main, Colville, WA 99114 no later than 4:00 p.m. local time, PST, on September 8, 2009. Submittals received after this date and time will not be considered. Firms not providing the required information may be negatively evaluated. Facsimile and e-mail submittals will be accepted. Fax number is 509-684-7283 (call 509-684-7113 to verify receipt). E-mail transmissions: kbellini@fs.fed.us. For question regarding this design and the requirements, contact Gene Shull, Fish Biologist, telephone: 509-996-4013, e-mail: gshull@fs.fed.us or Dave McCormack, Engineer, telephone: 509-826-3171, e-mail: dmccormack@fs.fed.us
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/05H7/AG-05H7-S-09-9011 /listing.html)
 
Record
SN01925239-W 20090827/090826000202-ca34d4d4037f9ed1537bcf57ad5ab5e1 (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.