Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2011 FBO #3497
SOLICITATION NOTICE

C -- Quality Assurance Services - SF330

Notice Date
6/20/2011
 
Notice Type
Presolicitation
 
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
AG-7217-S-11-0008
 
Archive Date
7/6/2011
 
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
Total Small Business
 
Description
Part 2 Section F Section E SF330 The USDA Natural Resources Conservation Service in Louisiana requires the services of a professional construction inspection firm with experience in performing construction inspection services for various water resources projects. This acquisition is being conducted in accordance with the Brooks Act as implemented in FAR 36.6, Architect-Engineering Services. The North American Industry Classification System Code (NAICS) for this acquisition is 541330 with an applicable size standard of no more than $4.5 million gross annual revenue. This size standard applies for the establishment of eligibility as a small business. For further information relative to small business set asides, please refer to FAR 19.5. PROJECT INFORMATION: The selected firm must be able to work sites which are landbased, shallow draft and deep draft marine and marshland-based areas. The selected firm will perform any or all operations necessary to provide construction quality assurance (construction inspection) for various water resource projects within Louisiana as described below. Quality assurance activities required may consist of but are not limited to any part, one, or all of the following activities: construction layout, quantity computations, field testing and sampling of construction materials, safety compliance checks of construction activities, and development of accurate and complete quality assurance reports. The typical project could require knowledge and experience in all aspects of quality assurance activities associated with the design and construction of deep and shall 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, dredging for access channels and marsh creation/nourishment. The firm should employ technicians that are in good physical condition, as this contract will require a physically demanding job including but not limited to; climbing in and out of boats, on and off barges, tug boats, and ATVs; walking on uneven ground, beams and rock riprap. The firm will be required to perform quality assurance activities in accordance with NRCS standards and specifications. The majority of construction work will be civil in nature; however, electrical and mechanical engineering knowledge may be required on some projects. The Government anticipates the award of a fixed price indefinite delivery, indefinite quantity (IDIQ) contract as a result of this competition. The initial contract will be for one (1) year and the Government may, at its option, extend the contract to a maximum of five (5) years by exercising four (4) each one-year renewal options. Work under the contract will be 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 $1,000,000. The maximum order amount for any contract period (base year and each option year) shall be $1,000,000. The guaranteed minimum is $5,000 for the contract for the first year. Task Orders will be negotiated as firm fixed-price procurements for individual projects. The contract maximum (base plus four, one-year options ) is $5,000,000. Exercise of the option years will be based on satisfactory performance. Pre-selection Criteria: will be based on 1) Have a minimum of one in-house engineer employed on a full time basis, and must be a Registered Professional Engineer in the State of Louisiana with a minimum of 10 years experience; 2) Associate with or have a minimum of one land surveyor registered as a Professional Land Surveyor in the State of Louisiana, with a minimum of ten years experience; and 3) Have a minimum of two civil engineering technicians, one with a minimum of ten years experience and one with a minimum of five years in construction inspection. Selection Criteria: Each firm will be evaluated on the following: 1. Professional qualifications 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 quality assurance (construction inspection) of the types of projects described, and all other applicable education, training and certifications. Preferential consideration will be given to those firms with the knowledge of and direct experience in the application of the described requirements in the coastal marsh environment in Louisiana. 3. Capacity to accomplish the work. Evaluation will be based on the number of qualified personnel available to in the disciplines described in the scope of the solicitation, the quantity of existing work under contract, the anticipated contractual workload, and the schedules for completion of that work. Evaluation will also be based upon the prevision level and quantity of field office equipment and other hardware/software units available to work on this contract. Examples of equipment include but are not limited to number/size of boats, trucks, ATV's, GPS, Total Station, computers, AutoCAD, Microstation, plotters, printers, etc. 4. 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 the requirements described; the quality and timeliness of performance under previous contracts. A minimum of three references with telephone references must be provided. 5. Location in the general geographic area and knowledge of the locality. Evaluation will be based on the past work experience in Louisiana where quality assurance work was performed. Firms shall indicate the locality of their past work experience. Preferential consideration will be given to firms that have performed the requirements described in coastal marsh areas of Louisiana. The evaluation factors listed above are ranked in their order of importance, with criteria (1) being the most important. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. For information regarding registration contact the CCR website at www.ccr.gov. It is also required that all contractors be registered in the Online Representations and Certifications (ORCA) to be considered for an award of a Federal Contract. For information regarding ORCA, contact the ORCA website at https://orca.bpn.net. Submission Requirements: All offerors shall submit one "original" and four hard copies, clearly identified, of their qualifications packet to the Contracting Officer noted in this notice. The Offerors qualification package shall utilize the Standard Form 330 and continuation sheets as necessary. Interested firms must submit their SF330's no later than July 21, 2011, 2:00 p.m. CT, to the ATTN: Vicki Supler, Contract Specialist, USDA NRCS, 3737 Government Street, Alexandria, LA 71302. Only those firms responding by that time will be considered for selection. Facsimile or email transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. After an initial evaluation, three or more firms considered to be the most highly qualified firms may be chosen for discussions. The most highly rated firm will then be asked to submit a proposal. This is not a Request for Proposal but a Request for Qualifications. Any questions should be addressed to the contract specialist. NOTE: Work will be located throughout the State of Louisiana. For those Offerors electing to submit examples of previous work, they shall consist of only two examples consisting of not more than 100 pages. Each example of work shall provide sufficient detail in relation to the Offeror's experience encompassing all of the identified services to be performed for this contract. The Offeror's qualifications packet shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims and assertions. The Offeror shall provide sufficient details in relation to any teaming, partnering or subcontracting efforts they are undertaking to complete this requirement. Offerors shall assume that the Government has no prior knowledge of their experience or qualifications, and will base its evaluation on the information presented in the Offeror's qualification packet. Page Size and Format for Examples of Work: A page is defined as each face of a sheet of paper containing information. When both sides of a sheet display printed material, it shall be counted as two pages. Page size shall be 8.5 x 11 inches, not including foldouts. Each page shall be single sided. Pages shall be spaced/typed with double line spacing. Except for the sections containing tables, charges and graphs, the text size shall be no less than 12 point, Times New Roman. Use at least one (1) inch margins on the top and bottom and one (1) inch margins for body of document (Header and Footer information is expected in the one (1) inch area on top and bottom). Pages shall be numbered sequentially. If the 100 page limitation for examples of work are exceeded, the excess pages will not be read or considered in the evaluation of the qualifications packet. Each page shall be counted except cover pages, table of contents, list of figures or tables, cross reference matrixes, tabs and glossaries. Tables, Charts, Graphs and Figures for Examples of Work: Legible tables, charts, graphs and figures shall be used wherever practical to depict organizational chart, plans, etc. These displays shall be uncomplicated, legible and shall not exceed 11 x 17 inches in size. Foldout pages shall only be printed on one side, shall fold entirely within the binder, and each 8.5. x 11 inch surface of the foldout shall be counted as a separate page. Foldout pages may only used for large tables, charts, graphs, diagrams and schematics but not for pages of text. For tables, charts, graphs and figures, the text shall be no smaller than 8 point. NOTE: Tables, charts, graphs, figures or foldouts (11 x 17 inches) are limited to 15 pages and will be counted as part of the total number of pages. Binding and Labeling for Examples of Work: Each qualifications packet shall be bound in a three-ring loose-leaf binder allowing it to lie flat when open. Staples shall not be used. Section dividers shall be provided to identify the various sections of the Offeror's qualification packet. A cover sheet shall be found in each binder, clearly marked as to solicitation number, date prepared, and the offeror's name and address. The same identifying data shall be placed on the spine of each binder. Be sure to apply all appropriate markings including those prescribed in accordance with FAR 52.215-1(e), Restriction on Disclosure and Use of Data, and FAR 3.104-4, Disclosure, Protection and Marking of Contractor Bid or Proposal Information and Source Selection Information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/LASO/AG-7217-S-11-0008/listing.html)
 
Place of Performance
Address: Various locations throughout Louisiana, United States
 
Record
SN02476751-W 20110622/110620234335-08c57b92f58ef91e96d40f5836845540 (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.