Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2010 FBO #3071
SOLICITATION NOTICE

C -- A&E Engineering Services for Dam Assessment - SF-330, Architect-Engineer Qualifications

Notice Date
4/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, North Dakota State Office, 220 Rosser Avenue, Room 278, Bismarck, North Dakota, 58501
 
ZIP Code
58501
 
Solicitation Number
AG-6633-S-10-0007
 
Archive Date
9/30/2010
 
Point of Contact
Linda K McArthur, Phone: 701-530-2010, Pamela L. Schell, Phone: 701.530.2014
 
E-Mail Address
linda.mcarthur@nd.usda.gov, pam.schell@nd.usda.gov
(linda.mcarthur@nd.usda.gov, pam.schell@nd.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
SF-330, Architect-Engineer Qualifications This announcement serves as a Request for Qualifications (SF-330) for Indefinite Delivery Indefinite Quantity (IDIQ), A&E engineering services contract for work within the state of North Dakota. The contract will include one base-year period. Work under this contract is subject to satisfactory negotiation of individual task orders. The price of any single task order shall be at least $5,000 but shall not exceed $100,000. The maximum order amount for each contract period shall be $100,000. The guaranteed minimum task order(s) shall be $5,000. The primary task is to perform assessment of designated dams. NRCS will use these assessments to work with the project sponsors to identify high priority watershed rehabilitation projects as well as identify short term needs to be addressed. Dams will be located in the state of North Dakota with up to 5 assessments anticipated. The work will include: obtaining and reviewing existing data; conducting a site visit; a breach analysis including developing a breach inundation map for the existing dam; failure and risk index computations; identifying potential conceptual rehabilitation alternatives meeting current NRCS national and state standards; provide estimated cost ranges for each alternative based on engineering judgment and recent awards for similar types of work, one alternative will include the cost to remove at-risk structures within the breach inundation area to the extent that removal is a practical alternative. A final assessment report will be required for each dam assessed and signed by a licensed professional engineer registered in the state of North Dakota. Field assessments will include: an evaluation of the condition of the existing dam and appurtenances; a description of the operation and maintenance (O&M) status of the structure; and identification of site specific restraints for the potential conceptual rehabilitation alternatives such as land use or natural features. The O&M status will be based on the NRCS O&M evaluation criteria listed in the National O&M Manual, found at http://policy.nrcs.usda.gov/ under Title 180. Task orders may include options for the selected firm(s) to provide LIDAR (LIght Detection And Ranging) data for the dam reservoir and a specified distance upstream and/or downstream. The breach analysis shall be performed in accordance with performance specifications included in the task orders. A final drawing of the breach inundation map will be submitted in the *.dwg format (AutoCad Map 2008 or 2009) and associated computer files will be provided to the government. The selected firm(s) will complete Exhibit 508.1, Priority Ranking Spreadsheet from the National Watershed Manual (NWM) (see http://www.nrcs.usda.gov/programs/watershed/index.html). The spreadsheet includes risk and failure indices, as well as indices for static failure, hydrologic failure, seismic failure and consequences of dam failure. The final assessment report for each dam will include the following: •Description of the condition of the existing dam and appurtenances, •Breach inundation map for the existing structure, •Status of the dam's O&M, •Potential conceptual rehabilitation alternatives, including site specific restraints, •Estimated cost ranges for the identified potential rehabilitation alternatives, and •Completed NWM Exhibit 508.1. All material associated with the assessments will be provided in electronic format and four (4) hard copies. Electronic submissions must be compatible with Microsoft Office Suite programs, Adobe Acrobat or AutoCad Map 2008 or 2009. Electronic copies, original hard copies and copies for distribution are to be furnished to NRCS. All material used to document the design will be treated as Personally Identifiable Information and will become the property of the NRCS. PRESELECTION CRITERIA: Firms must meet the following criteria in order to be considered for an award under this requirement: Have a minimum of one engineer employed on a full time basis. At least one engineer must be a Registered Professional Engineer in the state of North Dakota and have a minimum of ten years experience in water resource engineering. SELECTION CRITERIA: Firm(s) meeting the pre-selection criteria will be evaluated and ranked using the following selection criteria listed below. For this solicitation, Factors 1 and 5 are equally important and will be weighted at twice the value of Factors 2 through 4. Factors 2 through 4 will be evaluated as equally important. 1. Specialized experience and technical competence in the type of engineering work required. Evaluation will be based on the extent of directly related experience and competence in hydrology, hydraulics, surveying, and other features associated with earthen embankment dams. Considerations will include knowledge and experience within the last five years in: the analysis and assessment of earth, roller compacted concrete and concrete flood prevention and water storage dams and related appurtenances; technical reviews of flood prevention and other water resource related projects. Demonstrated experience completing assessments and designs following NRCS National O&M Manual, TR60, TR25, NEM and NEH and similar guidelines will be used as a tie breaker among the most highly qualified technically equal firms. Prime firm's experience will be weighted more heavily than subcontractor's experience. Examples of work shall be documented for review, as well as a description of the type and scope of work performed. 2. Professional qualifications necessary for satisfactory performance. Evaluation will be based on knowledge level associated with the requirements above. Consideration will be given to applicable education, training, and certifications. 3. Capacity to accomplish the work in the required time. Evaluation will consider number of personnel realistically available in the disciplines described above, the quantity of current work orders and services being provided to other clients and schedules for completion of existing work. 4. Location in the general geographic area. Evaluation will be based on the firm’s office location(s) and proximity to the work, which is within the state of North Dakota. 5. Past performance on contracts with Government agencies and private industry. Evaluation will be based on previous contracts performed for water resource engineering type projects. Evaluation will consider the work performed, quality of work, compliance with performance schedules and cost control. A list of reference and letters of recommendation with company seal of logo may be submitted for evaluation purposes. Firm(s), which meet the requirements described in this announcement, are invited to submit four (4) copies of Standard Form 330, Architect-Engineer Qualifications, and any other information relative to the selection criteria to the contracting office address listed above to the attention of the Contracting Officer by 4:00 p.m. Central Time on May 17, 2010. Only those firm(s) responding by that time will be considered for selection. REQUIRED REGISTRATION: All firms responding to this announcement are required to register in Central Contractor Registration (CCR) at www.ccr.gov and Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/NDSO/AG-6633-S-10-0007/listing.html)
 
Place of Performance
Address: Statewide North Dakota, United States
 
Record
SN02127669-W 20100422/100420235915-ac08c1ed8655912d6b15678a38d27784 (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.