Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2004 FBO #0789
SOLICITATION NOTICE

C -- Little Wood River Irrigation Design Project

Notice Date
1/23/2004
 
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-02-ID-04
 
Response Due
2/26/2004
 
Archive Date
7/30/2004
 
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 seeking qualified A & E firms. The NRCS, Idaho, proposes to contract for the final design of a pressurized pipeline irrigation water delivery system for the Little Wood River Irrigation District (LWRID). The project is located in Carey, Blaine County, Idaho. The final design shall include the preparation of construction drawings and specifications for the conversion of the LWRID?s open earthen canal/lateral ditch system to a pressurized pipeline system. The LWRID supplies water to 10,800 acres of irrigated cropland and small pasture areas in and around Carey, Idaho. The design will be completed in accordance with the general features for the project as outlined in the Draft Environmental Impact Statement prepared by NRCS for the Little Wood River Irrigation District Gravity Pressurized Delivery System. The NRCS preliminary design evaluations for the EIS indicate that the required peak design flow for the pipeline distribution system is 180 cfs. The proposed distribution system consists of two pipelines that begin at the existing diversion in the Little Wood River and follow the general route of the open canal/lateral ditch system. The pipeline irrigation system will deliver water to individual on-farm irrigation systems. The proposed distribution system will require approximately 40 miles of pipeline (combination main trunk line and spur lines). The upper end of the system will require booster pumps to pressurize the on-farm sprinkler irrigation systems. The contract will be a firm, fixed-price Architect-Engineer (A&E) contract. The contract will require services including: confirming location for all individual on-farm points of water delivery; finalizing pipeline layout route(s), final design of pipeline and appurtenances, including booster pumps on upper end of the system, outlet assemblies to the individual on-farm systems and final design of the inlet/screening structure; preparation of final construction drawings and specifications, a design report, cost estimate, bid schedule, operation and maintenance plan; and consultative services during construction. The selected firm will be required to perform the design activities in accordance with Natural Resources Conservation Service (NRCS) standards and certify that the design meets applicable NRCS criteria. All drawings will be computer generated in *.dwg format. Well documented electronic copies and original hard copies are to be furnished to NRCS. The estimated cost for the construction of the pressurized pipeline system is 20 to 30 million dollars. Selection of the A&E firm will be based on the following criteria, shown in descending order of importance: a. Specialized experience and knowledge in the design of pressurized irrigation water distribution systems; b. Knowledge of NRCS policy, criteria and procedures; c. Professional qualifications necessary for satisfactory performance of the work; d. Capacity to accomplish the work in the required time frame; e. Past performance on contracts with the Federal government and private industry; and f. Location in general geographical area of the project and demonstrated knowledge of the locality of the project. The above evaluation factors will be weighted as follows: (a) 30%, (b) 15%, (c) 20%, (d) 15%, (e) 10%, and (f) 10%. This solicitation will not be restricted to any group or business size pursuant to the Small Business Competitive Demonstration Program. NAICS Code: is 541330, Engineering Services. The size standard for this NAICS code is $4,000,000. Firms interested in providing these services and which meet the requirements described in this announcement are to submit 4 copies of Standard Form 330, Architect-Engineer Qualifications. Interested firms must submit their SF-330s not later than 3:00 p.m. on March 1, 2004, to the attention of the Contracting Officer, 9173 W. Barnes Drive, Suite C, Boise, Idaho 83709. Only those firms responding by that time will be considered for selection. If the offeror plans to use a subcontractor, separate SF-330s 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. 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.
 
Place of Performance
Address: Carey, Blaine County, Idaho
 
Record
SN00508856-W 20040125/040123211819 (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.