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 -- Request for Qualifications for A&E firms to develop and certify Comprehensive Nutrient Management Plans (CNMP) for livestock producers in Maine.

Notice Date
5/14/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Vermont State Office, 356 Mountainview Drive, Suite 105, Colchester, VT, 05446
 
ZIP Code
05446
 
Solicitation Number
NRCS-ME-04-2
 
Response Due
6/15/2004
 
Archive Date
6/30/2004
 
Point of Contact
Patricia Pickett, Contract Specialist, Phone 802-951-6796, Ext. 224, Fax 802-951-6327,
 
E-Mail Address
pat.pickett@vt.usda.gov
 
Description
REQUEST FOR QUALIFICATIONS for architect engineering (A&E) firms interested in contracting for the development and certification of Comprehensive Nutrient Management Plans (CNMP) for livestock producers in Maine. NRCS will use these plans to assist with implementation of the Environmental Quality Incentive Program (EQIP) and Grazing Lands Conservation Initiative (GLCI). A&E firms interested in providing these services are to submit four copies of completed form SF-330 to the contracting office at the address shown in this announcement, as well as any information that will assist with their evaluation on selection criteria. The NAICS Code for this procurement is 541330. A CNMP is a grouping of conservation practices and management activities for animal feeding operations (AFOs) which, when implemented as part of a conservation system, will help ensure that both production and natural resource protection goals are achieved. A CNMP incorporates practices to 1) Use animal manure, process wastewater and other organic by-products as a beneficial resource; 2) Address potential impacts of an AFO on natural resources, especially water and air quality; and 3) Assist an AFO owner/operator in meeting all applicable local, Tribal, State, and Federal water quality goals or regulations. NRCS has identified a need to develop up to 250 CNMPs for AFO facilities of EQIP and GLCI program participants over the duration of this project. See Technical Exhibit ? Workload for CNMPs, attached, for a breakdown of estimated numbers of CNMPs in each county. The contractor shall provide all personnel, equipment, tools, materials, supervision and other items and services to provide the service. The facility locations are distributed throughout Maine. CNMPs shall be developed in accordance with all applicable NRCS policy and criteria which can be found at the following websites: NRCS Comprehensive Nutrient Management Planning Technical Guidance: http://policy.nrcs.usda.gov/scripts/lpsiis.dll/H/H_180_600_E_5.htm NRCS Field Office Technical Guide: http://efotg.nrcs.usda.gov CNMP development will require knowledge of conservation planning; an understanding of agronomy, engineering, soil conservation and water management practices; and good communication skills. CNMP Development and approval will also require knowledge of N and P Manure Priority Matrix and use of University of Maine Cooperative Extension Nutrient Management spreadsheets. The respondents must demonstrate the ability to become certified Technical Service Providers (TSP) in the categories of CNMP Manure and Wastewater Handling, CNMP Land Treatment, CNMP Nutrient Management, CNMP Plan Development and CNMP Plan Approval within 45 days of contract award. Information about TSP certification is available at http://techreg.usda.gov/ For specific work requirements please refer to Attachment One to this notice. Multiple contracts may be awarded as a result of this solicitation. Each contract will be an Indefinite Delivery Indefinite Quantity (IDIQ) contract. Any resulting contract will have a one-year base period and two one-year options. Projects will be ordered on an as-needed basis beginning from the date of contract award. Work under this contract to be subject to satisfactory negotiation of individual task orders. SELECTION CRITERIA: Firms will be evaluated and ranked using the following selection criteria: 1) Specialized experience and technical competence in type of work required (40%) Evaluation will be based on the extent of directly related experience in performing the work as listed in Attachment One ? Specific Work Requirements. Examples of work shall be documented for review, as well as a description of the type work performed included in SF-330. These work descriptions will be evaluated based on documented work performed. All documentation will be in an 8-1/2 x 11? format. The firm may submit graphics (maximum of three pages per project) and a typewritten description (maximum of two pages per project) of not more than five relevant projects completed by the firm in the last five years. Include tangible evidence where possible such as certificates, awards, peer recognition, etc., demonstrating excellence. Provide a client reference contact for each project including name, title, address, phone, and fax numbers. Designate any subcontractor and the type of work this individual/company will be providing in this performance of this contract. 2) Professional Qualifications necessary for satisfactory performance of required services. (25%) Evaluation will be based upon certification as a Technical Service Provider (TSP) in CNMP Manure and Wastewater Handling, CNMP Land Treatment, CNMP Nutrient Management, CNMP Plan Development and CNMP Plan Approval. Refer to the Techreg website, http://techreg.usda.gov. Preference will be given to individuals or firms that hold certification in all components at the onset, however all eligible individuals or firms will need to be TSP certified in all components within 45 days of contract award. 3) Capacity to accomplish work in required timeframe (15%) Firms must demonstrate their ability to accomplish all services described in the PWS within the specified timeframe. The firm is required to assess and relate its capacity (staff-years of the professionals and technicians noted in criterion 2 to be assigned to this contract) to mobilize and apply the necessary job skills as required to meet schedules without interference from other assignments or jobs. 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 (10%) Evaluation will be based upon the firm?s experience with other government agencies and the private sector in performing the requirements described in the PWS in terms of cost control; quality of work, and timeliness of performance under previous contract. References with telephone numbers must be provided. 5) Location in the general geographic area, and knowledge of the locality of the project (10%) Evaluation will be based upon the firm?s proximity to the counties where work is to be performed and demonstrated experience performing work in locations with climate, geology, soils, and natural resources similar to that which occurs through the Area. The above evaluation factors are listed in order or importance. Firms, which meet the requirements described in this announcement, are invited to submit 4 copies of a Standard Form 330, Architect-Engineer Qualifications Parts I & II not later than 4:00 p.m. on June 11, 2004 to the attention of Patricia Pickett, Contract Specialist at the contracting office address listed in this notice. Only those firms responding by that time will be considered for selection. Any questions should be addressed to the Contract Specialist, Patricia Pickett, 356 Mountain View Drive, Colchester, VT 05446 or by e-mail to pat.pickett@vt.usda.gov
 
Place of Performance
Address: Various counties in Maine, (See Technical Exhibit)
Zip Code: 04401
Country: USA
 
Record
SN00586122-W 20040516/040514211746 (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.