Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2003 FBO #0588
SOLICITATION NOTICE

C -- Re-Announcement: A-76 Commercial Activities Study for Soil Conservation Technician Services for USDA, Natural Resources Conservation Service

Notice Date
7/8/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, North Dakota State Office, 220 Rosser Avenue, Room 278, Bismarck, ND, 58501
 
ZIP Code
58501
 
Solicitation Number
NRCS-23-ND-03(Solicitation)
 
Response Due
8/7/2003
 
Archive Date
8/22/2003
 
Point of Contact
Linda McArthur, Contract Specialist, Phone 701-530-2010, Fax 701-530-2109,
 
E-Mail Address
linda.mcarthur@nd.usda.gov
 
Description
The United States Department of Agriculture, Natural Resources Conservation Services (NRCS) is conducting a direct conversion with cost comparison competitive sourcing study of soil conservation technician services in accordance with OMB Circular A-76 using architect engineering (A&E) contracting procedures. The study is for providing soil conservation technician services at NRCS office as follows: one (1) at Ashley to serve McIntosh County, two (2) at Bismarck to serve Burleigh County, one (1) at Garrison to serve McLean County, two (2) at Linton to serve Emmons County, one (1) at McClusky to serve Sheridan County, and one (1) at Turtle Lake to serve McLean County. Duties include but are not limited to working cooperatively with the local NRCS field office staff, local conservation district, and other federal, state, and local partner agencies to: (1) assist agricultural producers and others by collecting natural resource data; (2) assess natural resource problems, (3) provide and review alternatives; (4) write conservation plans in accordance with the National Planning Procedures Handbook (NPPH), that include agronomic and engineering practices such as terraces, waterways, grass seedings, fences, pipelines, dams and windbreaks as found in the Field Office Technical Guide (FOTG); (5) prepare or modify surveys, designs, construction layout and inspection of conservation practice designs; (6) apply accepted conservation practices; (7) prepare documentation, and reports including contract payment application; (8) conduct training and informational presentations; and, (9) coordinate/communicate with conservationists, engineers, customers and other NRCS personnel and partners. An effective knowledge of engineering design, surveying, and computer use is required to fulfill the duties of these positions. A single award is anticipated for this solicitation. Any contract resulting from this solicitation will have a one-year base period and four one-year options. This solicitation will not be restricted to any group or business size. NAICS Code is 541330, Engineering Services. A&E firms interested in providing these services are to submit four copies of completed forms SF-254 and SF-255 to the contracting officer at the address shown in this announcement. A minimum of three of the most highly qualified firms will be selected for discussions and will be ranked by the A&E Evaluation Board for negotiations. The most qualified firm will be asked to provide a cost proposal based on the performance of these functions. This cost proposal will not result in a contract if Government performance is determined to be more cost advantageous. These are services currently provided by Government personnel. The contract will include one base-year and four option-year periods. Interested firms should submit their SF-254s and SF-255s to USDA, NRCS, Attention: Linda K. McArthur, Contracting Officer, P.O. Box 1458, Bismarck, North Dakota 58502 within 30 days of publication of this announcement. The services to be performed are described in detail in the Performance Work Statement (PWS). A draft PWS is attached to this presolicitation notice. PRESELECTION CRITERIA: Firms must meet the following criteria in order to be considered for award under this announcement. (1) The Contractor shall provide a project manager and an alternate for administration and technical supervision of Contractor employees. The project manager shall be the Contractor's primary representative and have the Contractors full authority to act on matters pertaining to performance of services under this Contract. The project manager and alternate shall each have a minimum of five (5) years of project management experience before commencing work under this Contract. (2) The Contractor must provide or have access to a professional engineer licensed in the State of North Dakota for approval of engineering designs and to address complex conservation planning and application issues. (3) The Contractor must provide, at contract start time, the specified number of fully trained and qualified individuals to perform Soil Conservation Technical Services at each location identified within the logical business unit. The Contractor will provide a minimum of 1,776 hours of work on a fiscal year basis per position. SELECTION CRITERIA: Firms meeting the preselection criteria will be evaluated and ranked using the following selection criteria: (1) Specialized experience and technical competence in the type of work required. Evaluation will be based on the extent of directly related experience in the following areas: Formal conservation planning; construction contract assistance; inventory and evaluation assistance; general public customer assistance; conservation practice application; flood control assistance; urban development; rural development; construction inspection; construction checkout; facilitation of Federal interagency conservation coordination; facilitation/coordination of state, county, and local governmental conservation activities; facilitation/coordination with non-government conservation organizations; facilitation/coordination with Tribal Governments; providing conservation program support; and educating the general public on conservation issues and activities (2) 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. (3) Past performance on contracts with government agencies and private industry. Evaluation will be based upon the firm's experience with other government agencies and the private sector in performing the requirements described; the quality and timeliness of performance under previous contracts. References with telephone numbers must be provided. (4) Capacity to accomplish the work. Evaluation will be based upon the number of qualified personnel available, previous working relationships of team members, the quantity of existing work under contract, and the schedules for completion of the existing work. (5) Previous related job experience within the general geographic area of the logical business unit which provided knowledge of the soils, general land use and cropping systems used, typical conservation practices, and social factors related to the area. See the attached draft Performance Work Statement for specific work requirements. The above evaluation factors are listed in order of importance. Firms which meet the requirements described in this announcement are invited to submit 4 copies of a Standard Form 254, Architect Engineer and Related Services Questionnaire; and 4 copies of a Standard Form 255, Architect Engineer and Related Services Questionnaire for a Specific Project. Interested firms must submit their SF-254's and SF-255's not later than 4:00 p.m. on 7 August 2003 to the attention of the Contracting Officer. Only those firms responding by that time will be considered for selection. Any questions should be addressed to Contracting Officer, Linda K. McArthur, at the North Dakota State Office, P.O. Box 1458, Bismarck, North Dakota 58502, or by e-mail at linda.mcarthur@nd.usda.gov.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/NRCS/NDSO/NRCS-23-ND-03(Solicitation)/listing.html)
 
Place of Performance
Address: South Central North Dakota (SCT 2-W) at the locations noted above
Country: USA
 
Record
SN00366774-F 20030710/030708221405 (fbodaily.com)
 
Source
FedBizOpps.gov 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.