Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 15, 2009 FBO #2913
SOLICITATION NOTICE

C -- RECOVERY - A&E Services - Empire/Granite Bay Aquatic Passages - Request for Qualification

Notice Date
11/13/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Forest Service, EROC Southwest, 1323 Club Drive, Vallejo, California, 95492, United States
 
ZIP Code
95492
 
Solicitation Number
AG-9702-S-10-0042
 
Archive Date
1/1/2010
 
Point of Contact
Wayne Boney, Phone: 7075628672
 
E-Mail Address
wboney@fs.fed.us
(wboney@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Empire-Granite Basin A&E request for qualifications. SF 330 submittal instructions. RECOVERY This project is funded in whole by the American Recovery and Reinvestment Act (ARRA). The Plumas National Forest in northern California requires A&E services to prepare designs and contract packages that are complete and ready for advertisement for construction of Aquatic Organism Passage Structures. This is a Request for Qualifications solicitation. This solicitation is being conducted under FAR 36.6 and 19.502-2 as a Total Small Business Set-Aside. The NAICS code for this action is 541330 and the small business size standard is $4.5 million. Award will only be made to an A&E firm that meets the small business size standard and is registered in the Central Contractor Registration (CCR) database as required by FAR 4.11. The CCR is accessible at the following website: https://www.bpn.gov/ccr/default.aspx This Request for Qualifications requires the submittal of a Standard Form 330, Architect-Engineer Qualifications (SF 330) Part I and II for consideration in the evaluation and selection process. See detailed submittal requirements below. DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK Project: Empire and Granite Basin Aquatic Organism Passage Design Services Solicitation Number: AG-9702-S-10-0042 Scope of Work: This work will include: preparation of a design and contract package, complete and ready for advertisement for the construction of Aquatic Organism Passage Structures, including stream simulation design, structure design, preparation of contract construction plans and specifications, and construction cost estimate. Work includes furnishing all materials, equipment, and labor required to survey 8 aquatic organism passage road/stream crossings for replacement with an additional 5 sites to survey for downstream improvement. Work includes surveying, setting benchmarks, clearing brush and small trees, collecting topographic data, data reduction, contour map development and design of all designated aquatic organism passage road/stream crossings. Work also includes field geomorphic reconnaissance and assessment, discharge measurements, hydrologic and hydraulic assessment, minor geotechnical investigation, data reduction and calculations, design narrative report, design, site layout and producing AutoCAD drawings. LOCATION: Project sites are located on the Plumas National Forest. The road systems are nearest the community of Quincy, California 95971 in addition to other small communities. PERFORMANCE PERIOD: 120 days after notice to proceed EVALUATION FACTORS FOR A&E SELECTION EVALUATION OF QUALIFICATIONS The Government will select no more than three of the highest rated firms from this qualification submittal process for consideration of award in accordance with FAR 36.602. The qualification submittal shall be in the format prescribed in the Standard Form 330 (SF 330) Part I and II. The SF 330 is the only submittal format acceptable for this solicitation. Do not submit extra material or literature beyond those specific attachments required in the form. The SF 330 is available for download at the following link: http://contacts.gsa.gov/webforms.nsf/0/21DBF5BF7E860FC185256E13005C6AA6/$file/sf330_e.pdf 1. General. When completing the SF 330 Part I and II provide all information requested. In addition, provide in the SF 330 Part I (section E, F and G), information that readily identifies the following areas: A.Professional qualifications necessary for satisfactory performance of required services (see Key Personnel below); B.Specialized experience and technical competence in the type of work required, including, hydraulic design or hydraulic site surveying (see Key Personnel below); C.Capacity to accomplish the work in the required time; D.Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules (see Relevant Past Performance below); E.Location in the general geographical area of the project and knowledge of the locality of the project. 2. Key Personnel. The Government will assess the quality and extent of the qualifications of the proposed personnel based on a detailed review of the content of the resumes submitted as part of the SF 330 section E (Note: Separate pages of section E will be required for each resume submitted. See instructions for completing SF 330 that accompany the form). Personnel will be evaluated on their education and experience to the extent it adds value to accomplishing the work described in this solicitation. The minimum personnel and qualifications are as follows: Stream Simulation Design Engineer. Minimum qualifications: Registered Engineer, 4 years of technical design experience, and specific experience doing hydraulic design of culverts, bridge crossings, river engineering projects. Structure Design Engineer. The designer of the structure shall be a Licensed Professional Civil Engineer registered in the State of California. Hydrologist / Geologist. Minimum qualifications: Professionally licensed hydrologist, engineering geologist or geologist, 4 years of technical hydrology / geology experience, and specific experience assessing geomorphic conditions in streams for culverts, bridge crossings, or river engineering projects. Survey Party Chief. Minimum qualifications: 2 years of technical experience doing hydraulic site surveys, p-line and topographic surveys. Additional personnel may be required depending on the skill and breadth of experience of the key personnel and the site conditions. Key personnel will supervise and conduct all operations during reconnaissance and hydraulic surveys. The Contractor shall submit for each key personnel a list of the projects completed or worked on within the last three years relating to hydraulic design or hydraulic site surveying in section G of the SF 330. 3. Relevant Past Performance. Past performance is a measure of the degree to which an offeror, as an organization, has: (1) satisfied its customers, and (2) complied with federal, state, and local laws and regulations. The Government will inquire about the following elements for projects listed in section F of the SF 330, (1) quality of services; (2) customer satisfaction; (3) timeliness of the firm during performance and the final completion of the project; and (4) overall business relations. A.Quality of Services: Demonstrated ability to perform services specifically relevant to the project described in this solicitation, and conformance to good standards of workmanship. B.Customer Satisfaction: Satisfaction of end users with the Contractor's completed products and services. C.Timeliness of performance: Compliance with delivery schedules; reliability; responsiveness to technical direction, no assessment of liquidated damages. D.Business relations: Effective management; ability to manage projects involving subcontracts; working relationship with the Contracting Officer and technical representatives; reasonable/cooperative behavior; flexibility; effective contractor recommended solutions; businesslike concern for Government's interests. The Government may research offeror performance on any federal, state, local, and commercial contract performance of the firm that is known to the Government, but not included on the submitted Performance Information. Additionally, personal experience and evaluator knowledge of firms performance may be utilized. The Government will consider the relevance of past performance information obtained in relation to the scope of this procurement with respect to similar efforts, the length and scope, number, complexity, and diversity of contracts completed by the firm. Past performance, either positive or negative, which is considered by the Government to be more closely related to the scope of this effort will be given additional weight in the evaluation process. Firms shall submit past performance information for their firm and any proposed major subcontractors performing more than 20% of the work. Performance information may be obtained from references provided. The firm shall complete the SF 330 showing each relevant project completed during the past three years and all relevant contracts and subcontracts in progress. The list should include, but is not limited to, contracts and subcontracts similar in nature and complexity to that required by this solicitation. Include contracts with the Federal Government, agencies of state, and local governments, and commercial customers. The firm may provide information on problems encountered on the contracts and subcontracts listed and the corrective actions taken to resolve those problems. Request For Qualifications Submittal Instructions Each firm seeking consideration for selection shall submit their electronic SF 330 submittal through the Electronic Response feature associated with this solicitation on the Federal Business Opportunities website https://www.fbo.gov. The instructions on submitting a package utilizing the website can be found on page 35 of the user guide located at: https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf Electronic responses are the PREFERRED method of submitting the SF 330. All qualification submittals on SF 330’s are due by 17 December 2009 at 2:00 p.m. Pacific Time. Proposals will be received at: https://www.fbo.gov Reference: Solicitation AG-9702-S-10-0042 Questions regarding this solicitation may be directed to: Wayne Boney U.S. Forest Service EROC-SW Contracting 1323 Club Drive Vallejo, CA 94592 (707) 562-8672 wboney@fs.fed.us
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c533ad92817e8fd550785b050a762c92)
 
Place of Performance
Address: Plumas National Forest, Quincy, California, 95971, United States
Zip Code: 95971
 
Record
SN02003292-W 20091115/091113235314-c533ad92817e8fd550785b050a762c92 (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.