Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2004 FBO #0902
SOLICITATION NOTICE

C -- Wetland Restoration Engineering Services

Notice Date
5/14/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Florida State Office, 2614 NW 43rd Street, Gainesville, FL, 32606
 
ZIP Code
32606
 
Solicitation Number
NRCS-04-FL-04
 
Response Due
6/18/2004
 
Archive Date
7/3/2004
 
Point of Contact
Lynn Merrill, Contract Specialist, Phone 352-338-9553, Fax 352-338-9574,
 
E-Mail Address
lynn.merrill@fl.usda.gov
 
Description
The Natural Resources Conservation Service ? Florida announces a Request for Qualifications (RFQ) for Architect and Engineering firms interested in contracting for A&E Services for preparation and implementation of wetlands restoration and management plans for projects throughout Florida. Engineering services required may include but are not limited to design of earthen dikes, water control structures, and other conservation practices, surveying, hydrologic modeling, preparation of construction plans (drawings), preparation of construction specifications, preparation of cost estimates, preparation of bid schedules, preparation of design reports, related studies, and all associated engineering services for the planning, design and construction of the wetlands restoration plans. The firm will be required to perform engineering design activities in accordance with NRCS standards and certify that designs meet NRCS standards. A quality assurance plan will need to be prepared for construction activities. The firm shall consult with the U.S. Fish and Wildlife Service and the appropriate Water Management District in the development of the wetlands restoration plan and obtain appropriate permits from the local, state, and Federal agencies. The wetlands restoration plans shall comply with the consultation requirements of Section 7 of the Endangered Species Act. Appropriate cultural resource compliance studies shall be conducted by individuals meeting the Secretary of the Interior?s professional qualification standards. The purpose of wetlands restoration is to restore the natural wetland functions on the selected property to its natural condition to the maximum extent practicable by restoring the pre-drainage hydrology which includes time, depth, and duration. The restoration design concept involves the use of water control structures, dikes, earthen blocks, etc., to maintain the water level in the wetlands at higher elevations for longer periods of time. The design must evaluate on-site and off-site hydrologic effects and not create adverse on-site and off-site impacts. The ultimate goal of restoration is to enhance and maintain habitat for wetland dependant wildlife. Services required may include (1) field investigations to perform biological and cultural resource inventories, (2) preparations of biological and cultural resource evaluations, (3) design and preparation of habitat management plans, (4) certification of completed practices in accordance with NRCS standards and specifications set forth in Section IV of the Field Office Technical Guide, National Biology Manual, National Biology Handbook, National Planning Procedures Handbook and Florida supplements to these documents. The government contemplates the award of two to three 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 delivery orders. The firms selected are guaranteed a minimum of $5,000 in fees for the base and each subsequent year where the option is exercised and a maximum of $500,000 in fees for each year of the contract. Delivery Orders are expected to include civil, agricultural, and or environmental engineering services consisting of those needed to design and implement a wetlands restoration plan. Specifically, engineering services are required to perform all phases of preliminary investigation, design, and construction supervision of structures and other practices as needed for successful implementation and operation of a wetlands restoration plan. Services requested may require (1) field investigations to perform engineering surveys, geologic and soils investigations, (2) design and preparation of engineering plans and construction specifications, (3) performance of construction layout and certification of completed practices in accordance with NRCS standards, specifications, policy and documentation requirements as set forth in Section IV of the Field Office Technical Guide, National Engineering Manual, National Engineering Handbook, the Engineering Field Handbook, and Florida supplements to the referenced handbooks. These contracts could include design for repair and replacement of existing systems, design review of other A&E firms, and construction inspection services. Services may involve direct consultation, supervision and inspection of construction for a specific project, including reviews and approvals of shop drawings, material selections, and quality control testing such as those associated with concrete placement and earth fill compaction. Responses should include proposed sub-consultants for all disciplines including civil, agricultural, environmental, geo-technical, biologist, cultural resource specialist, and soil mechanics engineering. Responses should also include the qualification 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 in electronic format and with approved NRCS computer software is required. All design drawings must be submitted using AutoCAD, version 2000 or later or other similar CAD software that is directly convertible to AutoCAD. The estimated value of the proposed construction projects is between $1 million and $5 million. Funding is through the NRCS WRP program. PRESELECTION CRITERIA. Project manager must be a Registered Professional Engineer licensed in the State of Florida. Those firms that meet the requirements described and wish to be considered must submit an SF330 (form SF254 and SF255 may be submitted in lieu of an SF330) to Lynn Merrill, Contract Specialist, Natural Resources Conservation Service, 2614 NW 43rd Street, Gainesville, FL 32606-6611. It must be received in this office no later than 4 p.m. on June 18th, 2004. The SF330 (or Form 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. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of the firm, specialized technical expertise, or other requirements listed. Selection of firms for negotiation shall be through an order of preference based upon demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required. All firms responding to this announcement will be evaluated on the following factors which are shown is descending order of importance: 1. Professional capabilities; 2. Specialized experience and technical competence, including soil mechanics, hydraulics, hydrology, hydrologic modeling, hydraulics, surveying, structure design, construction oversight, wetland restoration, wetland ecology, and other as required; 3. Capacity to accomplish work in the required time considering current contract work orders and services being provided to other clients; 4. Past performance on contracts with respect to cost control, quality of work, and compliance with performance schedules; 5. Quality control experience; 6. Geographical location in relation to the work assignment and knowledge of the locality of the project, provided that the application of the criterion leaves an appropriate number of qualified firms, given the nature and size of the project; and 7. Experience with NRCS standards and specifications. Firms must provide a customer reference list with addresses and telephone numbers, and bidding records (low bid vs. estimate) for all projects listed as related experience, and a project workload schedule showing proposed team members for the project period. 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 is NOT a Request for Proposals.
 
Place of Performance
Address: Various locations throughout the state of Florida.
Country: USA
 
Record
SN00586114-W 20040516/040514211740 (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.