Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2003 FBO #0589
SOLICITATION NOTICE

C -- OMB Circular A-76 Commercial Activities Study, Soil Conservation Technician Services in Aiken, Dillon, Kingstree, and Marion, SC

Notice Date
7/9/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, South Carolina State Office, 1835 Assembly Street, Room 950, Columbia, SC, 29201-2489
 
ZIP Code
29201-2489
 
Solicitation Number
NRCS-31-SC-03(Solicitation)
 
Response Due
8/8/2003
 
Point of Contact
Frank Killian, Contract Specialist, Phone 803-253-3974, Fax 803-253-3670,
 
E-Mail Address
frank.killian@sc.usda.gov
 
Description
The United States Department of Agriculture, Natural Resources Conservation Service (NRCS) is seeking statements of qualifications from firms having the capability of providing soil conservation technician services in the areas served by NRCS field offices located in the towns of Aiken, Dillon, Kingstree, and Marion, South Carolina. This solicitation and any resulting negotiation of a contract to perform these services are part of an Office of Management and Budget (OMB) Circular A-76 Streamlined Cost Comparison Study, the purpose of which is to determine the most cost effective method of providing these services. The study is being conducted in accordance with streamlined competition procedures described in the revised OMB Circular A-76, dated May 29, 2003. Deviations from the revised circular are expected to be authorized by OMB in order to allow the retention of certain cost rules and procedures that were in effect prior to the issuance of the revised circular. Currently, Government personnel provide these services. 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 land treatment 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, private organizations, and other federal, state, and local partner agencies. Duties further include assisting with conducting public education and information activities, conducting tours, presenting talks, documents activities with photographs, and preparing news articles as necessary. An effective knowledge of engineering design, surveying, global positioning systems, and computer use is required to fulfill the duties of these positions. Contractor personnel will be physically placed in the field offices named above. The services to be provided will be described in detail in the performance work statement (PWS). A DRAFT PWS will be posted under this solicitation at the website, www.fedbizopps.gov . Offerors interested in providing these services are to submit four copies each of completed forms SF-254 (Architect Engineer and Related Services Questionaire) and SF-255 (Architect Engineer and Related Services Questionaire for a Specific Project) to: USDA-NRCS, Attention: Contracting Officer, 1835 Assembly Street, Room 950, Columbia, SC 29201 not later than the response date shown in this notice or modification thereto. In addition, offerors are to submit four copies each of completed forms SF-254 and SF-255 for each subcontractor to be utilized. Offerors will be evaluated based on the selection criteria described below. The offeror determined to be best qualified will be asked to submit a cost proposal that will be subject to negotiation. Upon conclusion of negotiations, if any, the Government will request a best and final offer, which will then be compared with the cost of performance by the Government. A contract award will be considered only if the cost of contract performance is determined to be less than the combined cost of in-house performance by Government personnel plus the cost of converting to contract performance. The Government reserves the right to retain the work in-house and make no contract award. Offerors will be evaluated using the following selection criteria, the relative importance of which is expressed as a percentage following the heading for each category. (1) Specialized experience and technical competence in the type of work required (40%). Evaluation will be based on the extent of directly related experience in performing the work as listed in the PWS Section C.5.3 and the specialized education at the university level, other applicable education, training, and certifications held by personnel. Evaluation will include an assessment of experience using the soil conservation technician qualifications contained in PWS Technical Exhibit 1.0-001. (2) Professional qualifications necessary for satisfactory performance of the required services (40%). Evaluation will be based upon the number of qualified personnel and their knowledge and level of experience associated with the requirements of the PWS and their availability to perform work on this contract. Specify the project manager and professional engineer who will be providing services for this contract and provide South Carolina registration numbers for PE’s and Certificate of Authorization Number for the Company. (3) Location in the area and knowledge of the locality of the project. (10%). Evaluation will be based upon the offeror’s proximity to the supported offices in South Carolina and its demonstrated experience performing work in locations with similar climate, geology, soils, and natural resources to the offices in South Carolina. (4) Past performance on contracts with government agencies and private industry (10%). Evaluation will be based upon the offeror's past experience with other government agencies and the private sector in performing the requirements described in the PWS in terms of cost control, the quality of work, and timeliness of performance under previous contracts. References with telephone numbers must be provided. [Note: For evaluations under selection criteria 1 and 2, examples of work involving the practices contained in PWS Technical Exhibits 5.1-003-A through 5.1-003-D shall be documented for review, as well as a description of the type work performed included in the SF-254 and SF-255. All documentation shall be in an 8-1/2” x 11” format. The offeror may submit graphics (maximum of three pages per project) and a written description (maximum of two pages per project) of not more than five (5) relevant projects completed by the firm, team, or principals proposed for this work in the last five (5) years. Include tangible evidence where possible such as certificates, awards, peer recognition, etc. that demonstrates excellence. Provide a client reference contact for each project. Indicate the nature of involvement for each proposed subcontractor and the type of work this individual / company will provide in the performance of this contract.] Any contract resulting from this solicitation will be single award and firm, fixed price with a one-year base period and four one-year options The NAICS code for this requirement is 541330, Engineering Services. This solicitation is subject to full and open competition and not restricted to any group or business size. No price or other preferences will be applied. All questions must be directed in writing to Frank Killian, contracting officer, by e-mail at the address shown below, by facsimile to 803-253-3670, or by letter to the address shown in this notice.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/NRCS/SCSO/NRCS-31-SC-03(Solicitation)/listing.html)
 
Place of Performance
Address: Aiken, Dillon, Kingstree, Marion/ South Carolina
Zip Code: 29???
Country: USA
 
Record
SN00368090-F 20030711/030709221636 (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.