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 -- A & E Services

Notice Date
5/14/2004
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Ohio State Office, 200 N. High Street, Room 522, Columbus, OH, 53215-2478
 
ZIP Code
53215-2478
 
Solicitation Number
NRCS-09-OH-04
 
Response Due
6/17/2004
 
Archive Date
7/2/2004
 
Point of Contact
Barbara Clayton, Contract Specialist, Phone 614-255-2502, Fax 614-255-2549,
 
E-Mail Address
barbara.clayton@oh.usda.gov
 
Description
The USDA Natural Resources Conservation Service (NRCS) Ohio announces a Request for Qualifications (RFQ) for Architect and Engineering (A&E) firms interested in contracting for A&E Services for design and construction, and construction inspection of conservation practices and other types of civil, agricultural, and or environmental engineering services required to design and install conservation practices. This procurement will be evaluated using Brooks Act procedures. 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. Firms will be selected for negotiation based on demonstrated competence for the required work. Contracts may be negotiated and awarded up to one year after completion of the selection process. The government contemplates the award of possible multiple Firm-Fixed Price Indefinite Delivery, Indefinite Quantity (IDIQ) type contracts resulting from this competition. Tasks may be directed based on qualifications of the firms. 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 maximum order amount for any contract period (base year and each option year) shall be for the total value of the contract awarded. The base year maximum will not exceed $250,000.00. The guaranteed minimum for the base-year only, each contract will obligate the Government to issue task orders totaling not less than $20,000.00 over the first year of the contract. There is no guaranteed minimum for the option periods if exercised. Task Orders will be negotiated as firm fixed-price procurements for individual or clusters of conservation practices. PROJECT INFORMATION: 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 conservation practices at various locations in Ohio. Construction activities will include layout, construction inspection, checkout, and certification. A&E services are required to provide solutions to natural resource problems including but not limited to design and inspection of the following CONSERVATION PRACTICES: Waste Storage Facility, Agrichemical Containment Facility, and associated conservation practices. The practices will be installed in various locations throught the state, however Waste Storage Facilities are predominately in west central and south central counties, and Agrichemicaaal Containment Facilities are predominately in northeastern and southwestern counties. Engineering services are required to perform all phases of preliminary investigation, design, and construction inspection (quality assurance) of conservation practices. Services requested may require performing field investigations, engineering surveys, geologic and soils investigations, design, (including hydrology, hydraulics, soil mechanics, structural, etc.), preparation of engineering plans and construction drawings, construction layout, survey and checkout certification of completed practices in accordance with NRCS standards, specifications, policy, handbooks and documentation requirements. Applicable references include, but are not limited to Section IV of the Field Office Technical Guide, National Engineering Handbook Series, the Engineering Field Handbook, Irrigation Guide, Agricultural Waste Management Field Handbook, National Engineering Manual and Ohio supplements to the referenced documents. These contracts could include design for repair and replacement of existing systems and review of services provided by other A&E firms. Services may involve direct consultation, 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 concrete placement and earth fill compaction. Responses should include proposed sub-consultants for all disciplines including civil, agricultural, environmental, geo-technical, a biological knowledge of wetland science, and soil mechanics engineering. 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. All design drawings will be submitted using AutoCAD, version 2000 or later or other similar CAD software that is directly convertible to AutoCAD. The estimated construction cost of the proposed individual construction projects will typically be between $3,000 and $150,000. PRESELECTION CRITERIA. The project manager must be a Licensed Professional Agricultural and/or Civil Engineer in the State of Ohio and must have direct experience with the design and implementation of at least one of the conservation practices listed above. Those firms that meet the requirements described and wish to be considered must submit three copies of form SF330 mail to Barbara Clayton, Contract Specialist, Natural Resources Conservation Service, 200 N. High St., Rm. 522, Columbus, Ohio 43215. The forms must be received in this office no later than 4 p.m. on June 17, 2004, to be considered for a contract. The SF330 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. Include the Firm's Management Plan, a detailed contract-specific Design Quality Management Plan. Include an organizational chart, and qualifications of key personnel. 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. This constitutes the entire solicitation and is not a request for proposals. Interviews for the purpose of discussing prospective contractors qualifications will be conducted either in person or by teleconference. SELECTION CRITERIA: See Note No. 24 for a general description of the A-E Selection Process. (Click on Notes at the bottom of this solicitation). 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 in descending order of importance. (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 and requirements of the selected conservation practices in Ohio. Evaluation will include experience and technical competence, in the areas of soil mechanics, hydrology, hydraulics, surveying,and structural design. 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 Ohio. 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. Questions should be addressed to Barbara Clayton via email @ barbara.clayton@oh.usda.gov. No further details to be given per telephone. SF330's due on or before June 17, 2004 to be considered. 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: State of Ohio
Zip Code: 43215
Country: USA
 
Record
SN00586120-W 20040516/040514211745 (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.