Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2010 FBO #2986
MODIFICATION

C -- WI A&E Services IDIQ - Request for Qualifications - Amendment 1

Notice Date
1/25/2010
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Wisconsin State Office, 8030 Excelsior Drive, Suite 200, Madison, Wisconsin, 53717
 
ZIP Code
53717
 
Solicitation Number
AG-5F48-S-10-0001
 
Archive Date
2/20/2010
 
Point of Contact
Tamara M. Lanier, Phone: 6086624422225
 
E-Mail Address
tami.lanier@wi.usda.gov
(tami.lanier@wi.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
Amendment #2 to solicitation This announcement serves as a Request for Qualifications (SF-330) for a multiple award, Indefinite Delivery / Indefinite Quantity (ID/IQ), A&E services contract. In accordance with FAR 16.5, firm-fixed price task orders will be issued for work throughout the State of Wisconsin. Contracts will be awarded for the remainder of FY-10. Four one-year option periods will be included in the contract award. The fifth option period will be the number of months passed in FY-10 prior to award date. Work under any contract is subject to satisfactory negotiation of individual task orders. The price of any single task order shall be at least $2,500 but shall not exceed $1,000,000. The awarded contracts shall have a guaranteed contract minimum amount of $5,000 during the life of the contract (there shall be no guaranteed minimum for option periods, if exercised) and will be limited to a maximum contract amount of $4,000,000 (total for all contracts) over a five year period. The applicable NAICS code is 541330 with a size standard of $4.5 million. Task orders may include performance of any part or all operations necessary to provide solutions to natural resource concerns by performing A&E services including site investigations, permit application information development, engineering planning, engineering surveys, legal surveys, engineering designs, and construction quality assurance for the installation of projects funded through the Environmental Quality Incentives Program (EQIP), the Wetland Reserve Program (WRP), the Wildlife Habitat Incentives Program (WHIP), or other Natural Resources Conservation Service Programs and any of the soil and water conservation practices approved under these programs as listed in Section IV of the NRCS Field Office Technical Guide (FOTG) for the State of Wisconsin. Tasks will focus on conservation practices associated with animal waste management components and systems. Tasks may also include conservation practices associated with, but are not limited to, wetland restoration, stream restoration and erosion control systems. This procurement will be evaluated using Brooks Act procedures. The government contemplates the award of three possible Indefinite Delivery/Indefinite Quantity (ID/IQ), A&E services contracts, utilizing firm-fixed price task orders. The Government reserves the right to exercise any option periods. Prior to award, firms shall be registered in the Central Contractor Registry (CCR). Visit www.ccr.gov to register. Prior to award, firms shall complete the On-line Representations and Certifications at www.orca.gov. Contracts may be negotiated and awarded up to one year after completion of the selection process. Work under each of the awarded contracts will be subject to satisfactory negotiation of individual task orders. Task orders will be negotiated as firm-fixed price procurements for the A&E services. The A&E firm will be required to perform engineering planning, engineering surveys, legal surveys, engineering designs and construction services, as indicated below, for the installation of soil and water conservation practices in accordance with NRCS standards as listed in Section IV of the Field Office Technical Guide (FOTG) and certify that all engineering planning documents, engineering surveys, engineering designs, and construction services meet NRCS standards, specifications, policy, handbooks, and documentation requirements. Engineering planning activities required may consist of, but are not limited to, any part of the preparation of engineering planning documents for scheduling the installation of selected alternatives with associated cost estimates and quantity estimates for the installation of soil and water conservation practices. Engineering planning activities may include, but are not limited to: collecting resource information, providing technical requirements, developing alternatives to protect resources and meet other objectives of the landowner, informing the landowner of potential operation and maintenance requirements, conducting site investigations and preliminary surveys as needed, informing the landowner of potential construction requirements, and needed permits, and/or preparing damage survey reports (DSR) for emergency recovery work. Engineering surveys may consist of, but are not limited to, any part or all of the following activities: legal surveys for easement boundaries, topographic/planimetric surveys, horizontal and vertical control surveys, survey quality GPS surveys, design surveys, development of graphical representations of survey data collected, construction layout and certification surveys, and surveys for quantity computations. Engineering design activities required may consist of, but are not limited to, any part or all of the following activities: preliminary field investigations, geologic and soils investigations, design of soil and water conservation practices, designing emergency recovery work, repair and replacement of existing systems, preparing construction specifications, preparing engineering and construction plans (drawings), preparing land rights work maps, preparing quantity and cost estimates, preparing bid schedules, quantity computations, preparing dam breach analysis, preparing water surface profiles, preparing hydrologic and hydraulic analyses, preparing design documentation folders and preparing supporting documentation for applicable federal, state and local permits. The firm will be required to interpret geotechnical reports and accurately apply the data to the design of the soil and water conservation practice measures where available. Construction services may consist of, but are not limited to, any part or all of the construction layout, construction inspection, construction quality assurance (inspection), quantity computations, construction checkout and certification of completed soil and water conservation practices including emergency recovery work. Construction services do not include actual construction of the soil and water conservation practices. The A&E services may involve direct consultation, inspection of construction for a specific project, including reviews of shop drawings, material selections, and quality control testing such as those associated with concrete placement and earthfill compaction. Contracts may include review of services provided by other A&E firms. Applicable references include: Section IV of the NRCS Field Office Technical Guide National Engineering Handbook series Engineering Field Handbook Agricultural Waste Management Field Handbook National Engineering Manual Wisconsin supplements to the referenced documents. More information may be found at the following website: http://www.wi.nrcs.usda.gov/technical/enghome.asp. The Field Office Technical Guide (eFOTG) can be located at: www.nrcs.usda.gov/technical/efotg/. All drawings will be computer generated in *.dwg format. All reports shall be *.doc, *docx, *.pdf, or *.xls formats. Electronic copies and original hard copies are to be furnished to NRCS. Responses should include proposed sub-consultants for all disciplines for engineering planning, surveying, civil, hydrology, hydraulics, environmental, geotechnical, and soil mechanics engineering and biological knowledge of wetland science. Response should also include the qualifications of personnel, sub-consultants and descriptions of facilities, materials, equipment, and services to perform the type of tasks described by this notice. PRESELECTION CRITERIA: Firms must meet the following criteria in order to be considered for an award under this requirement. Clearly indicate in the response how the firm meets the below preselection criteria: (1) Have an office located within Wisconsin. (2) Have a minimum of two engineers as key personnel for this contract (i.e. Principal Engineer and Project Engineer). The Principal Engineer must be a Registered Professional Engineer in the state of Wisconsin with a minimum of five years experience in engineering planning, engineering surveys, engineering designs, and construction services for soil and water conservation practices as listed in the Section IV of the Field Office Technical Guide or equivalent experience. (3) Have a dedicated Project Manager who will be the primary contact for each task order with a minimum of five years experience in managing projects that address natural resource problems as described above. (4) Have a minimum of one surveyor or one civil engineering technician (CET) as key personnel for this contract with a minimum of ten years experience in engineering surveys and construction services for soil and water conservation practices or equivalent experience. (5) Have a minimum of one draftsperson as key personnel for this contract, with a minimum of five years of CADD experience. (6) Have a minimum of one Wisconsin Registered Land Surveyor on staff or as a sub-consultant. SELECTION FACTORS: Firms meeting the pre-selection criteria will be evaluated and ranked using the following selection factors: (1) Professional qualification necessary for satisfactory performance. 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. (2) 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 planning, engineering surveys, legal surveys, engineering designs and construction services of 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 firms with knowledge of and direct experience in the application of the described requirements in all phases of engineering planning, engineering surveys, legal surveys, engineering design and construction services for application of soil and water conservation practices in Wisconsin or equivalent practices. Evaluation will include experience using applicable computer software such as Agricultural Waste Management (AWM), WINTR55, and EFH2, following design criteria and guidelines as outlined in the Section IV of the NRCS Field Office Technical Guide or equivalent standards and specifications, hydrologic and hydraulic design of simple and complex soil and water conservation practices, designing complex foundation and drainage features, designing emergency recovery work, and previous experience in engineering planning, engineering survey, legal surveys, engineering design, construction services of NRCS soil and water conservation practices. Evaluation will include experience and technical competence in the areas of soil mechanics, hydrology, hydraulics, surveying, structural design, CADD, wetland science, erosion control, and animal waste management. Evaluation will include previous experience with NRCS standards and specifications as outlined in Section IV of the Field Office Technical Guide or equivalent standards and specifications, and previous experience in construction services including construction layout, construction inspection, construction checkout and certification of completion of equivalent conservation practices. Examples of work shall be documented for review, as well as a description of the type of work performed on Standard Form 330. These work descriptions will be evaluated based on documented complexity of work performed. (3) Capacity to accomplish the work. Evaluation will be based upon the number of personnel available in the disciplines described above, the quantity of existing work under contract, the schedules for completion of the existing work, and the capacity to provide personnel for multiple contracts. (4) Past performance on contracts with government agencies and private industry. Evaluation will be based upon the firm’s past experience with NRCS, or other government agencies, and the private sector in performing the requirements described considering the quality and timeliness of performance under previous contracts. References listing names, e-mail, physical address and telephone numbers must be provided. Firms are to specifically address how well they previously worked with Contracting Officers and Contracting Officer’s Technical Representatives. (5) Knowledge of the locality and the natural resource concerns. Evaluation will be based upon the firm’s proximity to the various regions in the State of Wisconsin and the knowledge of specific natural resource concerns or conditions and regulations that affect conservation practice implementation in Wisconsin. Firms must clearly indicate the office location(s) where the work will be performed and the qualifications of the individuals and subcontractors proposed to work on this contract. Include an organization chart, and qualifications of key personnel. The above evaluation factors, listed in their order of importance, are: Factor (2) – weighted 40% as being most important Factor (4) – weighted 30% as being very important Factors (1), (3) and (5) – weighted 10% each as being equally important. SUBMITTAL REQUIREMENTS: Firms that meet the requirements described in this announcement are invited to submit 2 copies of a Standard Form 330 (SF-330), Architect-Engineer Qualifications. Interested firms must submit their SF-330 no later than January 29, 2010, 2:00 p.m. Central Time, to the attention of the Contracting Officer. 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. Only those firms responding by the time listed above will be considered for selection. After an initial evaluation, which takes approximately 30 days, the most highly rated firms will be selected. Selected firms will then be sent a solicitation to provide their proposals. Interviews for the purpose of discussing prospective firm’s qualifications may be conducted either in person or by teleconference. This is not a Request for Proposals. Any questions should be addressed to the Contracting Office.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/WISO/AG-5F48-S-10-0001/listing.html)
 
Place of Performance
Address: Wisconsin, United States
 
Record
SN02049111-W 20100127/100125234715-9a8d78e0db529a495b5f3dd563d3dc25 (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.