SOLICITATION NOTICE
C -- WASTE FACILITIES SERVICES
- Notice Date
- 7/28/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Agriculture, Natural Resources Conservation Service, Nebraska State Office, 100 Centennial Mall North, Room 152, Lincoln, NE, 68508-3866
- ZIP Code
- 68508-3866
- Solicitation Number
- NRCS-23-NE-3
- Response Due
- 8/26/2003
- Archive Date
- 9/10/2003
- Point of Contact
- Timothy Bottoms, Contract Specialist, Phone 402-437-4092, Fax 402-437-5327,
- E-Mail Address
-
timothy.bottoms@ne.usda.gov
- Description
- The Natural Resources Conservation Service (NRCS) is soliciting SF-254s and SF-255s for an Indefinite Delivery Indefinite Quantity (IDIQ) Engineering services contract for work within the state of Nebraska. Multiple awards may be made. The contract will include one base-year and four option-year periods. Work under this contract is subject to satisfactory negotiation of individual task orders. The price of any single task order shall be at least $5,000 but shall not exceed $50,000. The maximum order amount for each contract period (base-year and each option-year) shall be $500,000. The guaranteed minimum task order shall be $5,000 for the basic period only. There shall be no guaranteed minimum for the option periods, if exercised. Task orders could include performance of any part or all operations necessary to perform engineering surveys, geological investigations, soil mechanics testing, engineering designs, and construction activities for various animal manure and wastewater handling and storage projects and other conservation practices associated with a Comprehensive Nutrient Management Plan (CNMP). Surveys required may consist of but are not limited to any part or all of the following activities: topographic surveys, design surveys, geotechnical surveys, construction layout surveys, construction quality assurance surveys and quantity surveys. Geological Investigations may consist of but are not limited to test boring storage site, test boring material for embankment or soil liner construction, obtain soil samples and develop geologic sections for design. Soil mechanics testing may consist of but are not limited to soil classification and description, soil moisture/density relationship testing and permeability testing. Design activities required may consist of but are not limited to any part or all of the following activities: design animal manure and wastewater handling and storage project features, prepare construction specifications, prepare construction plans (drawings), prepare cost estimates, quantity computation checks and certifications, prepare operation and maintenance plan, prepare other system management plans required for state Livestock Waste Control Facility operation permit and prepare design folders. Construction activities will include construction layout, quality assurance inspection, development of final quantities, and project certification. The typical project could require knowledge and experience in all aspects of animal manure and wastewater volume estimations, nutrient application and management, rainfall runoff calculations, surveying, engineering design and quality assurance activities associated with the design and construction of waste storage ponds or lagoons, earth embankments, reinforced concrete structures, clay and flexible liners, wastewater conveyance pipelines, diversions, and sediment basins. The firm will be required to perform and document engineering surveys and engineering design activities in accordance with NRCS standards and certify that all surveys and designs meet NRCS standards. NRCS standards and documentation requirements can be found in the NRCS Field Office Technical Guide at www.ne.nrcs.usda.gov and technical guidance can be found in the Agricultural Waste Management Field Handbook, Technical Releases, and other National Engineering Handbooks. All drawings will be computer generated in .pro or .dwg format. Electronic text documents will be generated in MS word format. Electronic copies and original hard copies are to be furnished to NRCS. PRESELECTION CRITERIA: Firms must meet the following criteria in order to be considered for an award under this requirement: (1) Have a minimum of two engineers employed on a full time basis. At least one engineer must be a Registered Professional Engineer in the state of Nebraska and have a minimum of five years experience in engineering surveys, engineering designs and construction of animal manure and wastewater handling and storage projects. (2) Associated with or have a minimum of one surveyor with a minimum of five years experience in engineering surveys. (3) Associated with or have a minimum of two draftspersons employed on a full time basis, one with a minimum of five years CAD experience and the other with a minimum of one year CAD experience. (4) Associated with or have a minimum of one geotechnical professional with a minimum of five years experience in geological investigation and soil mechanics testing. (5) Associated with or have a minimum of one certified agronomy professional with a minimum of five years experience in planning and application of nutrients on agricultural land. SELECTION CRITERIA: Firms meeting the pre-selection 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 performing engineering surveys, engineering designs and construction of the types of projects described; specialized education at the university level, and all other applicable education, training, certifications. Consideration will be given to those firms with knowledge of and direct experience in the application of the described requirements in animal manure and wastewater handling and storage projects in Nebraska. Evaluation will include experience, hydrologic and hydraulic design of animal waste systems, designing clay and flexible liners, and experience in the engineering survey and engineering design of animal manure and wastewater handling and storage projects. Examples of work shall be documented for review, as well as a description of the type work performed. These work descriptions will be evaluated based on documented complexity of work performed. (2) Professional 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 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. (5) Location in the general geographic area and knowledge of geographical site conditions. Evaluation will be based upon the firm's proximity to the State of Nebraska and experience performing work in locations with similar conditions. The above evaluation factors listed in their order of importance, are factor 1 being most important and factors 2 through 5 being equally important. In addition to the above, respondents and/or associated professionals utilized by the respondent to meet the selection criteria, must become certified Technical Service Providers (TSP) in the categories of Animal Residual Management, Nutrient Management and Waste Utilization prior to contract award. Information about TSP certification is available at http://techreg.usda.gov/. 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 by the close of business August 26, 2003. Only those firms responding by that time will be considered for selection. This is not a Request for Proposal.
- Place of Performance
- Address: THROUGH OUT THE STATE OF NEBRASKA.
- Country: USA
- Country: USA
- Record
- SN00384394-W 20030730/030728213254 (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 |