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 -- Solicitation Notice: A-76 Study for Soil Conservation Technician Services for USDA Natural Resources Conservation Service, West Idaho

Notice Date
7/8/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Idaho State Office, 9173 West Barnes Drive, Suite C, Boise, ID, 83709-1574
 
ZIP Code
83709-1574
 
Solicitation Number
NRCS-18-ID-03solicitation
 
Response Due
8/7/2003
 
Archive Date
8/22/2003
 
Point of Contact
Janis Stanton, Contract Specialist, Phone 208-378-5710, Fax 208-378-5735,
 
E-Mail Address
janis.stanton@id.usda.gov
 
Description
The United States Department of Agriculture, Natural Resources Conservation Service (NRCS) is conducting a Streamlined Competition under the procedures of the Revised OMB Circular A-76, dated May 29, 2003. A determination has been made that the studied services are subject to the Brooks Act, and the procedure for procurement of Architect-Engineer Services will be employed. The NRCS is seeking qualified A & E firms to provide soil conservation technician services in the NRCS offices in Northern and Western Idaho. These services include but are not limited to: (1) assisting agricultural producers and others by collecting natural resource data; (2) assessing natural resource problems, (3) providing and reviewing alternatives; (4) writing conservation plans that include agronomic and engineering practices such as terraces, waterways, grass seedings, fences, pipelines, dams and windbreaks; (5) modifying or preparing conservation practice designs; (6) applying accepted conservation practices; (7) preparing documentation and reports; (8) conducting training and informational presentations; and, (9) coordinating/communicating with conservationists, engineers, customers and other NRCS personnel and partners. The contract would require the placement of contractor personnel at NRCS offices to service the following Counties: Boundary, Bonner, Shoshone, Latah, NezPerce, Clearwater, Lewis, Idaho, Washington, Adams, Gem, Boise, Valley, Payette, Canyon, Ada, and Owyhee. 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 541990, All Other Professional, Scientific, and Technical 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, 9173 W. Barnes Drive, Suite C, Boise, Idaho 83709 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. The cost proposal will not result in a contract if government performance is determined to be more cost advantageous. The 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 solicitation notice. THE PRE-SELECTION CRITERIA FOR THIS ACQUISITION ARE: Firms must meet the following criteria in order to be considered for an award under this requirements: (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 Contractor’s 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 Idaho 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. THE SELECTION CRITERIA FOR THIS ACQUISITION ARE: 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-254s and SF-255s not later than 3:00 p.m. on August 7, 2003, to the attention of the Contracting Officer. Only those firms responding by that time will be considered for selection. All questions must be directed to the contracting officer in writing by e-mail at Janis.Stanton@id.usda.gov, by facsimile to 208-378-5735, or by letter to Janis Stanton, Contracting Officer, USDA-NRCS, 9173 W. Barnes Dr., Ste. C, Boise, ID 83709. No questions will be accepted by telephone. The U. S. Government reserves the right to retain the work in-house and make no contract award.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/NRCS/IDSO/NRCS-18-ID-03solicitation/listing.html)
 
Place of Performance
Address: Boundary, Bonner, Shoshone, Latah, NezPerce, Clearwater, Lewis, Idaho, Washington, Adams, Gem, Boise, Valley, Payette, Canyon, Ada, and Owyhee Counties, Idaho
Country: USA
 
Record
SN00366979-F 20030710/030708221828 (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.