Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2005 FBO #1329
SOLICITATION NOTICE

C -- Design and Engineering Services for Agricultural Waste Storage Facilities and Appurtenances in New York

Notice Date
7/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, New York State Office, 441 South Salina Street, Suite 354, Syracuse, NY, 13202-2450
 
ZIP Code
13202-2450
 
Solicitation Number
NRCS-07-NY-05
 
Response Due
8/16/2005
 
Archive Date
8/31/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The USDA-Natural Resources Conservation Service (NRCS) announces a Request for Qualifications for Architect and Engineering (A&E) firms to provide planning, design, engineering, construction documents, permitting, and construction oversight in connection with design and installation of agricultural waste storage facilities and appurtenances as outlined in the attached Statement of Work under the Environmental Quality Incentives Program (EQIP) throughout New York State. The government contemplates multiple award of two or three Firm Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ) contracts. Each resulting contract will have a one (1) year base period with the Government reserving the option to exercise up to three (3) one year extensions. Each resulting contract will have a minimum of $5,000 in fees for the base year, and a maximum of $125,000 in fees for the base year and any option period. There is no guaranteed minimum for the option periods, if exercised. The period of the base year shall run from on or about September 30, 2005 to September 30, 2006. A post award conference will be held with awardees prior to issuance of task orders. Topics covered will include communication with NRCS, government furnished information (if any), performance standards, and NRCS required invoicing format. Individual task orders for projects will be ordered on an as-needed basis following pre-bid meetings in which awardees will be able to view the site(s). The NRCS Contracting Officer will negotiate an individual firm fixed-price task order encompassing all phases of design work and construction oversight for a specific project. As multiple award contracts, matching an A&E firm to an individual task order will be made after considering factors (in no particular order) such as: 1. Geographic location of the firm in relation to the specific work assignment; 2. Capacity of the firms under multiple award contract to perform the work and their proposed delivery schedule; 3. Specialized experience and other qualifications of the firms under multiple award in relation to the specific work assignment; 4. Complexity of current task order and other work assignments; 5. Price and other factors as appropriate. A&E firms meeting the minimum qualification stated in this solicitation and as outlined in the attached Statement of Work are invited to submit five (5) copies of their qualifications via Standard Form 330 (also attached or available at www.gsa.gov) on or before 4:00 p.m. local time, Tuesday, August 16, 2005 to: Laureen M. Eipp Contracting Officer USDA-NRCS 441 S. Salina Street Suite 354, Room 520 Syracuse, NY 13202 Firms will be evaluated and ranked based on the following selection criteria (listed in order of importance). A firm will be automatically deemed unqualified and will receive no further evaluation if they do not identify a Project Engineer who is an engineer licensed and registered in the State of New York. 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 the work. Firms must submit a minimum of 5 projects under Item F of the SF-330 which illustrate appropriate level of experience and qualification. As there is no assigned Function Code for the discipline of agricultural engineer on the SF-330, firms are requested to identify this discipline with the code 99. Examples of work shall be documented for review as well as a description of the type of work performed included on the form SF-330. 2. Professional qualifications necessary for satisfactory performance of required services. 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 on this contract. 3. Capacity to accomplish work in required timeframe. Firms are required to assess and relate capacity 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 in the Statement of Work, the quality of existing work under contract and the schedules of completion of the existing work. 4. Past performance on contracts with government agencies and private industry. Evaluation will be based upon the firms experience with other government agencies and the private sector in performing the requirements in terms of quality, cost control, and timeliness of performance under previous contracts. References with telephone numbers must be provided. 5. Location in the general geographic area, and knowledge of the locality of the project. Evaluation will be based upon the firms proximity and demonstrated experience performing work in locations with climate and natural resources similar to that which occur in the area. 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. Contractors may obtain information on registration via the internet at www.ccr.gov or by calling 1-888-227-2423. The Federal Acquisition Regulation (FAR) requires that prospective contractors complete electronic annual representations and certification in conjunction with their required registration in the CCCR database. The annual Representations and Certifications are submitted via the Online Representations and Certifications Application (ORCA), a part of the Business Process Network (BPN). To register in ORCA, you need to have an active CCR record, a Marketing Partner Identification Number (MPIN) from your CCR record, and know your DUNS number. Detailed information regarding ORCA and how to submit records is available on the ORCA website at http://orca.bpn.gov under Help and FAQs. You also have the option of entering the SF 330 Part II information directly into ORCA. Please indicate in your submission package if you have done this. THIS IS NOT A REQUEST FOR PROPOSALS.
 
Place of Performance
Address: Statewide, New York
Country: USA
 
Record
SN00848095-W 20050717/050715211817 (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.