Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2004 FBO #0881
SOLICITATION NOTICE

C -- A&E Services with emphasis in Wetland Restoration, Water Management, and Other Associated Conservation Practices

Notice Date
4/23/2004
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, North Carolina State Office, 4405 Bland Road, Suite 205, Raleigh, NC, 27609-6293
 
ZIP Code
27609-6293
 
Solicitation Number
NRCS-08-NC-04
 
Response Due
5/24/2004
 
Archive Date
6/8/2004
 
Point of Contact
Jane Labounty, Contract Specialist, Phone 919-873-2172, Fax 919-873-2146, - Carmelita Wesley, Contract Specialist, Phone 919-873-2117, Fax 919-873-2146,
 
E-Mail Address
jane.labounty@nc.usda.gov, carmelita.wesley@nc.usda.gov
 
Description
The Natural Resources Conservation Service in North Carolina announces a Request for Qualifications (RFQ) for Architect and Engineering firms interested in contracting for A&E Services with emphasis in wetland restoration, water management, and other associated conservation practices. Engineering services are required for the preparation of plans, specifications, cost estimates, related studies, and all associated engineering services for the planning, design and construction of wetland restoration projects in various locations in North Carolina. THIS PROCUREMENT IS UNRESTRICTED and is therefore open to all businesses regardless of size. The primary North American Industrial Classification System Code (NAICS) is 541310, which has a size standard of $4 million in average receipts. The Government contemplates the award of possible multiple Firm-Fixed Price; Indefinite Delivery, Indefinite Quantity (IDIQ) type contracts resulting from this competition. The initial contract period will be for one year and the government may, at its option, extend the contract to a maximum of five years by exercising each of the four one year renewal options. Work under each of the contracts will be subject to satisfactory negotiation of individual task orders. The firms selected are guaranteed a minimum of $3,000 in fees for the base year. There is no guaranteed minimum for the option years, if exercised. The amount awarded in fees for each year of the contract (base year and each option year, if exercised)will not exceed a maximum of $750,000. Task Orders will be negotiated as firm fixed-price procurements for individual or clusters of conservation practices. Task Orders are expected to include civil, agricultural, and/or environmental engineering services and other services as needed to plan, design, and implement wetland restoration practices. Engineering services are required to perform all phases of preliminary investigation, plan, design, and construction supervision of practices. Task orders may include performance of any part or all services required to design and/or implement designated conservation/engineering practices on lands where NRCS is authorized to work under various programs. Services requested may require performing (1) field investigations; (2) engineering surveys; (3) geologic and soils investigations; (4) soil testing and evaluations; (5) design and preparation of engineering plans and construction and construction specifications; and (6) construction layout, construction inspection (quality assurance), and certification of completed practices. All work shall be performed in accordance with NRCS standards, specifications, policy, handbooks, procedures, North Carolina supplements to the referenced documents and the rules and regulations of the State of North Carolina. These contracts could also include design for repair and/or replacement of existing systems and the development of wetland restoration plans for designed practices. Services may involve direct consultation, supervision and inspection of construction for a specific project, including reviews and approvals of shop drawings, material selections, quality control testing such as those associated with work being performed. Responses should include proposed sub-consultants for all disciplines including civil, agricultural, environmental, geo-technical, and soil mechanics engineering, and nutrient management planning and application. Responses should also include the qualifications of personnel and description of facilities, materials, equipment and services to perform the type of tasks described by this notice. The preparation of construction and design documents shall be in electronic format and with approved NRCS computer software. All design drawings will be submitted using AutoCAD, version 2000 or later or other similar CAD software that is directly convertible to AutoCAD. Preselection Criteria. Project manager must be a Registered Professional Engineer licensed in the state of North Carolina. Those firms that meet the requirements described and wish to be considered must submit an SF330 (Forms SF254 and SF255 may be submitted in lieu of an SF330) to Jane D. LaBounty, Contracting Officer, Natural Resources Conservation Service, 4405 Bland Road, Suite 205, Raleigh, NC 27609. It must be received in this office no later than 4 p.m. on May 24, 2004. The SF330 (or Forms SF254 and SF255) must clearly indicate the office location where the work will be performed and the qualifications of the individuals and subcontractors proposed to work on the contract and their geographical location. Following an initial evaluation of the qualification and performance data, we anticipate holding discussions with at least three of the most highly qualified firms regarding concepts and the relative utility of alternative methods of furnishing the required services. All firms responding to this announcement will be evaluated on the following factors, which are shown in descending order of importance: (1) Specialized experience and technical competence, including soil mechanics, hydrology, hydraulics, surveying, structure design, construction oversight, water management, and others as required; (2) Capacity to accomplish the work in the required time; (3) Past performance on contracts with respect to cost control, quality of work and compliance with performance schedules; (4) Geographical location and knowledge of the locality of the project, and (5) Experience with NRCS standards and specifications. Firms must provide a customer reference list with addresses and telephone numbers, and a project workload schedule showing proposed team members for the project period. All questions must be directed to the Contracting Officer in writing by email at jane.labounty@nc.usda.gov, by facsimile at 919-873-2146, or by letter at USDA-NRCS, Attention: Jane LaBounty, Suite 205, 4405 Bland Road, Raleigh, NC 27609. No questions will be accepted or further details given by telephone. In order to comply with the Debt Collection Improvement Act of 1996, all Contractors must be registered in the Central Contractor Registration (CCR) to be considered for an award of a Federal Contract. For information regarding registration, contact the CCR Web Site at www.ccr.gov. This announcement constitutes the only solicitation. Original Point of Contact Jane D. LaBounty, Contracting Officer, Phone 919-873-2172, Email jane.labounty@nc.usda.gov
 
Place of Performance
Address: Various locations in North Carolina
Country: USA
 
Record
SN00571703-W 20040425/040423211816 (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.