Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2011 FBO #3554
SOURCES SOUGHT

C -- Dam Inspections and Testing for Okhissa Lake Dam - Package #1

Notice Date
8/16/2011
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Forest Service, R-8 Acquisition Zone West (AZW), 100 W Capitol ST, STE 1141, Jackson, Mississippi, 39269, United States
 
ZIP Code
39269
 
Solicitation Number
AG-447U-S-11-0025
 
Archive Date
10/1/2011
 
Point of Contact
Andrew J. Thompson, Phone: 601/965-1620, Karen G Ray, Phone: (601)965-1639
 
E-Mail Address
ajthompson@fs.fed.us, karenray@fs.fed.us
(ajthompson@fs.fed.us, karenray@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
Drawing 7 Drawing 3 Dam Drawing 2 Dam Drawing 1 INDEFINITE DELIVERY A-E CONTRACT FOR DAM INSPECTIONS AND TESTING FOR OKHISSA LAKE DAM AND OTHERS AS SELECTED BY THE UNITED STATES DEPARTMENT OF AGRICULTURE (USDA) FOREST SERVICE. FOR Technical POC: Engineering is John Smith, (601) 965-1616, or Steve Bingham, (601) 965-1603. Contractual POC, Contract Specialist, Andrew J. Thompson (601)965-1620. Solicitation AG-447U-S-11-0025 Classification Service Code C, NAICS code is 541330. 1. CONTRACT INFORMATION. This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The services will consist of all professional expertise and disciplines required to perform all aspects of dam inspections, testing, reporting and other technical services and advice concerning dams. Contract work is intended primarily for Okhissa Lake Dam which is a high hazard dam however other moderate to low hazard dams owned by the USDA Forest Service in the State of Mississippi may require inspection. Subject to program requirements, the Government intends to negotiate and award one indefinite delivery contract. The contract will have a base period not to exceed one year and four option periods not to exceed one year each. The amount of work in the contract period which includes the base and four option years will not exceed $150,000.00. The amount of work in base and each option period will not exceed $30,000.00. Yearly rate schedules with annual cost escalation will be negotiated for the contract. The first year's rate schedule shall become effective the day of the contract award. Subsequent rate schedules shall become effective at the beginning of following fiscal years. Work will be issued by negotiated firm fixed-price task orders, not to exceed the contract amount. The Contracting Officer will consider the following and other relevant factors in deciding which Contractor will be selected to negotiate an order: performance and quality of deliverables under the current contract, current capacity to accomplish the task order in the required time, uniquely specialized experience and geographic location. This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6 and supplements using the Short Selection Process. A firm will be selected for negotiation based on demonstrated competence and qualifications to accomplish the required work. This announcement is unrestricted and open to all businesses regardless of size. The North American Industrial Classification System (NAICS) code is 541330, which has a size standard of $4,500,000 in annual average receipts. Each firm responding to this announcement must indicate their size status under the specified NAICS code. Prior to contract award, a firm must be registered in the Central Contractor Registration (CCR). Registration can be made via the CCR Internet site at http://www.ccr.gov. 2. PROJECT INFORMATION: The inspections of Okhissa Dam are to meet the requirements established by the Dam Safety Division of the Mississippi Department of Environmental Quality (MDEQ). MDEQ requires that Okhissa Dam be inspected during the fourth quarter of each calendar year with the final inspection report submitted the USDA Forest Service in Mississippi by December 31 of the year in which the inspection is performed. Inspection forms customized for Okhissa Dam and approved for use by MDEQ will be provided and used if the offeror desires. Okhissa Dam is an earthen structure 2,638 feet in length, 97.1 in height and impounds 1,051 acres. It is located on the east side of U.S. Highway 98, ½ mile south of the Homochitto River and 2 ½ miles south of Bude, Mississippi. Secondary services may include the inspection of 21 other moderate to low hazard dams that include: Davis Lake, Little Owl Lake, Dicks Creek Lake, Goodfood Lake, Choctaw Lake, Ashe Lake, Clear Springs Lake, Leaf Pond, Turkey Fork, Pow Dam, Gator Pond, Denmark Lake, Drewery Lake, Chewalla Lake Blue Pond, Marathon Lake, Shongelo Lake, Beaver Lake, Airey Lake and Pendergrass Lake. 3. SELECTION CRITERIA. The selection criteria are listed in descending order of importance, (first by major criterion and then by each sub-criterion). Criteria a through d is primary. Criteria e and f are secondary and will only be used as tie breakers among essentially technically equal firms. a. Specialized Experience and Technical Competence: (1) Conduct engineering inspections of water retaining structures (levees and/or dams) and associated appurtenant structures, including auxiliary spillways, bridges, pump stations, and conduits. This work includes the preparation of preinspection reports, assembling a multidiscipline team, assessment of the original design criteria, assessment of project emergency action and evacuation plans, conducting field inspections in coordination with the local sponsor or project staff, and prepares inspection reports. All engineering inspection aspects shall be conducted in accordance with the Mississippi Department of Environment Quality (MDEQ). (2) Have a thorough knowledge of the function, behavior, and design of earth embankment dams and navigation structures and levees; (3) Possess a general knowledge of commercially available spreadsheets, communications, and graphic software and be capable of communicating the Government standards using Microsoft Word, Excel and Outlook. b. Knowledge of the local geographic area in proximity to the USDA Forest Service Supervisor's Office, Jackson Mississippi. c. Capacity to Accomplish the Work: The evaluation will consider the availability of an adequate number of personnel in key disciplines (management, quality control, and technical); equipment availability, i.e. the extent of in-house facilities verses subcontracting needs; the firms demonstrated ability to perform and monitor multiple task orders simultaneously; the firms demonstrated ability to use quality control procedures and tools to insure quality products and finally the firms demonstrated ability to adhere to schedules. Engineering disciplines include: geotechnical, structural, civil, electrical, mechanical, hydraulic, and materials. Other required disciplines include civil technicians. d. Professional Qualifications: The firm should have, either in-house or through subcontractors and consultants, qualified and licensed professional engineers and land surveyors with demonstrated expertise in all aspects of dam and levee inspections, a qualified management team, quality control staff, and technical staff. The evaluation will consider the education, training, registration, certification, overall and relevant dam and levee inspection experience, and the longevity with the firm of key management, professional, and technical personnel using the information provided from Block E of the SF 330 submittal. Interested firms should ensure that their SF 330 includes the resumes of all management, professional and technical personnel. If an individual will serve in more than one discipline, then those disciplines shall be clearly indicated in Block 13, Part I, Section E. Work must be performed under the supervision of a licensed Mississippi Professional Engineer. e. Past Performance: Past performance on similar contracts and other contracts with respect to cost control, quality of work, and compliance with performance schedules as determined from ACASS/CPARS/PPIRS data, credible documentation included in the SF 330, and other sources. 4. SUBMISSION REQUIREMENTS. Interested firms having capabilities to perform this work must submit four copies of completed SF 330 to, Attn: Andrew J Thompson, United States Department of Agriculture (USDA) Forest Service, R8 Acquisition Zone West, 200 S. Lamar Street, Suite 500-N Jackson, MS 39201 not later than 4:00 PM local time on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday or a Federal holiday, the deadline is 3:00 PM local time on the next business day. Include each firms DUNS number and Taxpayer Identification Number (TIN) on SF 330, Part I, Block 5 and Part II, Block 4. In SF 330, Part I, Section D, include an organization chart of the key personnel to be assigned to the project. No other notification to firms under consideration for this work will be made. Solicitation packages are not provided. Due to time, USDA Forest Service asks that all submittals be presented in an informal brief document that provides the required information only. This is not a Request for Proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/447U/AG-447U-S-11-0025/listing.html)
 
Place of Performance
Address: Franklin County, Meadville, Mississippi, 39653, United States
Zip Code: 39653
 
Record
SN02535443-W 20110818/110816234930-f0efdd5cda271649faec369f8700d54c (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.