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 -- OMB Circular A-76 Commercial Activities Study of Soil Conservation Technical Services in North Central Montana

Notice Date
7/8/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Montana State Office, Federal Building, Room 443 10 East Babcock Street, Bozeman, MT, 59715-4704
 
ZIP Code
59715-4704
 
Solicitation Number
NRCS-MT-03-14
 
Response Due
8/7/2003
 
Point of Contact
Marsha Harris, Contract Specialist, Phone 406-587-6859, Fax 406-587-6808, - Sheryl Westlake, Contract Specialist, Phone 406-587-6731, Fax 406-587-6808,
 
E-Mail Address
marsha.harris@mt.usda.gov, sheryl.westlake@mt.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 locations in North Central Montana. Duties include gathering resource data to assist landowners in identifying resource conservation needs, assisting in the development of basic conservation plans with landowners to address resource concerns, assisting landowners with the design, layout, and inspection of completed conservation practices, developing program contracts utilizing existing USDA and other federal, state, and local cost-share programs, and providing annual follow-up on existing contracts. Assistance provided will include working cooperatively with the local NRCS field office staff, local conservation district, and other federal, state, and local partner agencies. Duties include assisting with conducting public education and information activities, conducting tours, presenting talks, and preparing news articles as necessary. An effective knowledge of planning and applying agronomic and engineering practices 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 up to 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 USDA, NRCS, Attention: Contracting Officer, Natural Resources Conservation Service, Federal Building, Room 443, 10 East Babcock Street, Bozeman, Montana, 59715 within 30 days of publication of this announcement. If the offeror plans to use a subcontractor, separate SF-254 and SF-255 must be submitted for the subcontractors. 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 services are currently provided by Government personnel. 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 an award under this requirement: (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) 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 Montana and have a minimum of ten years working experience in engineering planning, surveys, design and construction of engineering and agronomic practices. (3) The contractor must provide, at contract start, a fully trained and qualified individual to perform the Soil Conservation Technical Services at each location identified within the logical business unit. SELECTION CRITERIA: Firms meeting the pre-selection criteria will be evaluated and ranked using the following five (5) selection criteria: (1) Specialized experience and technical competence in the type of work as outlined in the PWS, in Section C.5 Specific Work Requirements including Manage Work Requirements, Conservation Planning, Contract Assistance, Inventory and Evaluation, General Public Customer Assistance, Conservation Practice Application, Urban/Rural Development, Construction Inspection, Construction Checkout of Vegetative and Engineering Projects, Facilitate Federal Inter-Agency Coordination, Facilitate Coordination of State, County and Local Governmental Conservation Activities, Facilitate Coordination with Tribal Conservation Activities, Facilitate Coordination with Non-Governmental Conservation Organizations, Farm Bill and other Cost Share Programs, Emergency Watershed Protection Program, Snow Survey, Plant Materials Program, Conservation Reserve Program, CTIC Inventory, NRI, Water Resources Planning and Application, Prepare and Conduct Information Programs and Demonstrations, and Support to Community Project. Evaluation will be based on the extent of directly related experience in performing, or the ability to perform the types of tasks described in the PWS. Include how many times the Contractor’s staff has performed the tasks. Anticipated workload associated with the tasks is further defined in Technical Exhibit 5.1-001, Soil Conservation Technical Services and Technical Exhibit 5.1-003 NRCS Conservation Practice Activities of the PWS. Include specialized education at the university level, and all other applicable education, training, certifications, and professional engineering licenses. Examples of work shall be documented for review, as well as a description of the type of work performed. These work descriptions will be evaluated based on documented complexity of work performed. (2) Qualifications necessary for satisfactory performance of required services. 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) Capacity to accomplish the work. Evaluation will be based upon the number of personnel available in the disciplines described above, the quantity of existing work under contract, and the schedules for completion of the existing work. (4) Past performance on contracts with government agencies and private industry. Evaluation will be based upon the firm’s past experience with government agencies and the private sector in performing the requirements described; the quality and timeliness of performance under previous contracts. References with addresses and telephone numbers must be provided. (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. The above evaluation factors are weighted. Specialized experience is the most important evaluation factor. The remaining evaluation factors are listed in descending order of importance. Firms, which meet the requirements described in this announcement, are invited to submit four (4) copies each of a Standard Form 254 (Architect Engineer and Related Services Questionnaire), Standard Form 255 (Architect Engineer and Related Services Questionnaire for a Specific Project), and any other information relative to the selection criteria to the contracting office address listed above to the attention of the Contracting Officer, no later than 4:00 PM, Mountain Standard Time on August 7, 2003. Only those firms responding by the above due date will be considered for selection. Any questions should be submitted in writing to Contracting Officer, Marsha Harris, at the above address or by e-mail at marsha.harris@mt.usda.gov or by fax to (406) 587-6859.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/NRCS/MTSO/NRCS-MT-03-14/listing.html)
 
Place of Performance
Address: North Central Montana
Country: USA
 
Record
SN00366782-F 20030710/030708221409 (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.