Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2004 FBO #0865
SOLICITATION NOTICE

C -- Technical Services- Conservation Practices

Notice Date
12/17/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Wisconsin State Office, 8030 Excelsior Drive, Suite 200, Madison, WI, 53717
 
ZIP Code
53717
 
Solicitation Number
NRCS-012-WI-04
 
Response Due
1/23/2004
 
Point of Contact
Beverly Bartek, Contract Specialist, Phone 608-662-4422 x 262, Fax 608-662-4430,
 
E-Mail Address
beverly.bartek@wi.usda.gov
 
Description
The Natural Resources Conservation Service (NRCS) is soliciting SF-254s and SF-255s for Indefinite Delivery Indefinite Quantity (IDIQ) Engineering services contract for work within the state of Wisconsin. Multiple awards may be made based upon administrative areas within Wisconsin (Note 3/). 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 $3,000 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 $3,000 for the base-year 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, engineering designs, and construction activities for various animal manure and wastewater handling and storage projects and other conservation practices, such as grade stabilization structures, waterways and ponds within Wisconsin. 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 and construction verification surveys. 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, and prepare design folders. Construction activities will include construction inspection, checkout, and certification. Projects could require knowledge and experience in all aspects of animal manure and wastewater volume estimations, rainfall runoff calculations, surveying, engineering design and quality assurance activities associated with the design and construction of waste storage ponds, earth embankments, reinforced concrete structures, clay and flexible liners, wastewater conveyance pipelines, diversions, and sediment basins, waterways and ponds. The firm will be required to perform engineering surveys and engineering design activities in accordance with NRCS standards and certify that all surveys and designs meet NRCS standards. NRCS standards can be found in the NRCS Field Office Technical Guide (FOTG) (Note 1/). Design guidance can be found in the NRCS Agricultural Waste Management Field Handbook (AWMFH) or Engineering Field Handbook (EFH) (Note 2/). All drawings will be computer generated in *.dwg 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 notice: (1) Have a minimum of one engineer that is a Registered Professional Engineer in the state of Wisconsin and have a minimum of five years experience in engineering designs of animal manure and wastewater handling and storage projects. (2) In addition, the engineer will possess a minimum of five years of experience in engineering design of waterways, ponds and grade stabilization structures. (3) Associated with or have a minimum of one surveyor with a minimum of five years experience in engineering surveys. (4) Associated with or have a minimum of one draftsperson employed on a full time basis with a minimum of five years CAD experience (4) Associated with or have a minimum of one geotechnical professional with a minimum of five years experience. 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 and engineering designs of the types of projects described; specialized education at the university level, and all other applicable education, training, and 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, waterways, ponds and grade stabilization structures in Wisconsin. 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 NRCS animal manure and wastewater handling and storage projects, waterways, ponds and grade stabilization structures. 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. 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. Evaluation will be based upon the firm’s proximity to the State of Wisconsin. The above evaluation factors listed in their order of importance, are factor 1 being most important and factors 2 – 5 being equally important. 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 January 23, 2004. Only those firms responding by that time will be considered for selection. This is not a Request for Proposal. Notes: 1/ FOTG - The standards can be viewed on the Wisconsin NRCS web page at www.wi.nrcs.gov and choosing “efotg” in the Quick Access menu. 2/ The AWMFH and EFH can be viewed on the Wisconsin NRCS web page by choosing “Engineering” in the Quick Access menu. On the Engineering page, the two manuals are listed under “Manuals and Handbooks”. 3/ The Administrative Area map can be viewed at www.wi.usda.gov and choose “Directory” under the Quick Access menu. Then choose “Find a Service Center” under the Contact Us menu. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (17-DEC-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 07-APR-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/NRCS/WISO/NRCS-012-WI-04/listing.html)
 
Place of Performance
Address: throughout Wisconsin
Zip Code: 53717
Country: usa
 
Record
SN00562159-F 20040409/040407214458 (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.