Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2011 FBO #3365
SOURCES SOUGHT

C -- Design Services

Notice Date
2/8/2011
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Louisiana State Office, 3737 Government Street, Alexandria, Louisiana, 71302
 
ZIP Code
71302
 
Solicitation Number
NRCS-LA-11-0001
 
Archive Date
3/24/2011
 
Point of Contact
Vicki L. Supler, Phone: 318-473-7645
 
E-Mail Address
vicki.supler@la.usda.gov
(vicki.supler@la.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The United States Department of Agriculture, Natural Resources Conservation Service (NRCS) located in Alexandria, Louisiana has been tasked to solicit and award Architect-Engineer (A-E) contracts for a full spectrum Design Contract to encompass a wide spectrum of engineering services to include Geotechnical Engineering, Design, Modeling and Surveying services for various water resources projects to be located in coastal areas of Louisiana. The proposed acquisition(s) will be a Firm, Fixed Price, Indefinite Delivery/Indefinite Quantity A-E contract. Responses to this announcement will be used by the Government to make appropriate acquisition planning decisions. Depending on the responses, a future solicitation will either be set aside in one of the categories listed below or be issued on an unrestricted basis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The Government does not presently intend to award a contract but desires to gain knowledge of interest, capabilities and qualifications of various members of industry, namely the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and other Small Businesses. For purposes of this announcement, a concern is considered to be a small business concern if its average annual receipts for the past three years, do not exceed $4.5 million. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Large businesses are also encouraged to submit a response. NO SOLICITATION, SPECIFICATIONS OR DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, do NOT request a copy of a solicitation. Potential offerors having the skills and capabilities to perform the described services are invited to provide feedback via email to Vicki Supler, Contract Specialist, at vicki.supler@la.usda.gov. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. DESCRIPTION OF THE PROJECT TO INCLUDE The Louisiana NRCS intends to procure one contract for full spectrum Design Services to include all of the following A/E services: geotechnical engineering, modeling, design, and surveying services to develop complete designs for projects located within the coastal areas of Louisiana. The Contract period will be for a base period of one year with a provision for four one-year option periods for a total of up to five years. The total anticipated contract amount is estimated at $5M. The contractor shall furnish all supervision, labor, supplies, and materials necessary to complete engineering designs for various water resource projects in coastal areas of Louisiana as described below: Design Activities: Services may consist of but are not limited to any part, one or all of the following: design water resource project features, prepare construction specifications, prepare construction plans (drawings), prepare land rights work maps, prepare cost estimates, prepare bid schedules, and prepare design folders. The typical project could require knowledge and experience in all aspects of engineering design associated with the design and construction of deep and shallow foundations (bearing capacity, consolidation, etc.), earthwork, reinforced concrete structures, automated and manual water control gates, rock riprap placement, timber structures, steel structures, and structural fabrication, timber, steel and concrete piling, sheet piling, channel bank stabilization measures, and dredging for access channels and marsh creation/nourishment. The firm will be required to interpret hydrologic and hydraulic reports as well as geotechnical reports, and accurately apply the data to the design of the project measures. The firm will be required to perform engineering design activities in accordance with NRCS standards. The majority of the work will be civil; however, electrical and mechanical engineer expertise may be required on some projects. Geotechnical Activities: Services may consist of but are not limited to any part, or all of the following: ability to work on sites which are landbased, shallow draft and deep draft marine areas, and marshland based areas. Services may include field investigations such as drilling, field testing, sampling, logging and packaging of soil specimens extracted from locations to be used in the aid of the design; laboratory testing to include the laboratory classification and testing of soil specimens extracted from the soil field investigation; Analysis to include analyses utilizing the data collected and developed from the field investigations and laboratory testing. The analyses shall include but not be limited to slope stability, settlement, shallow and deep foundation, various pile design and other analyses as related to geotechnical engineering. Reporting will consist of the formulation of a report defining the field, laboratory and analyses results along with appropriate goetechnical design recommendations. Modeling Services: Services may consist of existing data compilation to include the identification, compilation, review and evaluation of any existing pertinent data to determine its utility for the implementation of a hydrologic study of a project area. Examples of data that may be needed include existing or predicted water levels, stream flows, wave propagation, siphon discharge, salinity, rainfall, wind, topography, bathymetry, etc. Additional data collection may consist of field collection of additional data if determined necessary for use in design of a project. Hydrological Analysis/Model Selection consisting of the formulation of a report detailing the proposed method for performing hydrologic study of the project area. The methodology will contain, at a minimum, the formulas and rationale used for a mathematical simulation and/or a description of the software used for a model. Hydrologic Analysis/Model Setup to include the identification and providing rationale for all parameters, including assumptions used for geometric setup, boundary configuration and data input. Hydrologic Analysis/Model Calibration to include calibration to reasonably assure that the assumptions, setup parameters, and methodology used for the analysis is capable of simulating observed responses. An acceptable level of accuracy, to be determined upon model selection, shall be attained before applying scenarios. Hydrologic Analysis/Model Scenarios may include the simulation of specific scenarios for the given project area. NRCS will provide input regarding project boundaries, scenarios and time frames for which the analysis will be performed. Hydrologic Analysis/Model Results may consist of the formulation of a report containing the following information (1) narrative of items noted above to include all calculations and documentation used to the support the model conclusions (2) GIS map showing the project area, project features and any data locations used for the simulation (3) narrative and graphics of the results of the scenarios evaluated (4) report shall be sealed by a Licensed Professional Engineer. Surveying Activities: The firm must be able to work on sites which are landbased, shallow draft and deep draft marine based, and marshland based. The firm will perform surveying services which may consist of but are not limited to any part, one or all of the following: boundary surveys, topographic/planimetric surveys, magnetometer surveys, hydrographic/bathymetric surveys, side scan sonar surveys, sub-bottom profiling, horizontal and vertical control surveys, design surveys, development of graphical representations of survey data collected. A typical project would require knowledge and experience in all aspects of surveying and surveying equipment. The firm will be required to perform surveys in accordance with NRCS standards. All survey drawings shall be computer generated in.dgn for.dxf format. All electronic raw survey data shall be submitted as ASCII or Hypack software. Work will be issued by firm-fixed priced task orders. If a large business is selected for a contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The plan will be required for the total IDIQ contract and not for each task order. The subcontracting plan is NOT required with their technical proposal. CAPABILITIES STATEMENT: Minimum capabilities required include: •1. Have a minimum of two civil engineers. At least one engineer must be a Registered Professional Engineer in the state of Louisiana or hold a temporary permit to practice engineering in Louisiana and have a minimum of ten years of design experience, a majority of which should be specialized in water resources projects. •2. Have a minimum of one electrical and one mechanical engineer with a minimum of 5 years experience. •3. Have a minimum of three in-house draftspersons employed on a full time basis, one with a minimum of ten years CAD experience and at least one of the others with a minimum of three year's experience. •4. Have a minimum of one licensed Professional Engineer with a minimum of five (5) years experience in hydrologic analysis or modeling. This engineer shall be licensed in the state of Louisiana or hold a temporary permit to practice engineering in Louisiana. •5. Have a minimum of one licensed Professional Civil Engineer with a minimum of ten years experience in geotechnical investigations. This engineer shall be licensed in the state of Louisiana or hold a temporary permit to practice engineering in Louisiana. •6. Have a minimum of one licensed Professional Land Surveyor (PLS) in the State of Louisiana with a minimum of ten years experience. The NAICS code for this procurement is 541330 which has a small business size standard of $4.5M and corresponds to SIC code 8711. Under FAR 52.219-14, Limitations of Subcontracting, the prime contractor must perform at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. This applies only to small business set aside contracts. If the contract is an unrestricted contract, the contractor (large business firm only) must furnish a subcontracting plan. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Award will be based on selection of the most highly qualified firm in accordance with A-E Brooks Act procedures. Anticipated A-E synopsis issuance is on or about April 1, 2011. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov. Firm's response to this Sources Sought shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in proposing on the solicitation when it is issued. 3. Firm's capability to meet the requirements listed in project description above and the minimum capabilities required (personnel & equipment) listed above. 4. Firm's capability to perform a contract of this magnitude and complexity. Firms need to include examples of projects performed within the past 5 years that clearly identify their experience in providing requirements listed. Task orders for small business set aside contracts are anticipated to range between $10,000 and $1M with up to two task orders outstanding at any given time. For unrestricted contracts, the anticipated task order range is $10,000 to $3M with up to three task orders outstanding at any given time. Brief description of the project, customer name, timeliness of performance, customer satisfaction, dollar value of the project. Provide at least 3 examples. 5. Firm's small business category (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, 8(a), etc.). 6. Firm's Joint Venture information, if applicable. Interested Firm's shall respond to this Sources Sought Synopsis no later than March 9, 2011. All interested firms must be registered in CCR to be eligible for award of Government contracts. A formal solicitation is currently not available. This is not a REQUEST FOR PROPOSAL and in no way obligates the Government to award any contract. All submissions must be clearly marked with the following caption: "Releasable to Government Agencies for Evaluation Purposes Only". The Government reserves the right to request further clarification to enhance the Government's understanding of the respondent's submittal. Submissions that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed. Submissions are encouraged.Mail, fax or email your response to Vicki Supler, Contract Specialist, 3737 Government Street, Alexandria, LA 71302; FAX: 318-473-7831; Email: vicki.supler@la.usda.gov. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/LASO/NRCS-LA-11-0001/listing.html)
 
Place of Performance
Address: Various Locations in Louisiana, Alexandria, Louisiana, 71302, United States
Zip Code: 71302
 
Record
SN02375197-W 20110210/110209060050-b95a1ff52d17b30a4e965dae1649d7fe (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.