Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2006 FBO #1633
SOLICITATION NOTICE

C -- Architect and Engineering Services, EWP, Landslides, Rabun County, GA

Notice Date
8/23/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Georgia State Office, Federal Building, Box 13 355 E. Hancock Avenue, Athens, GA, 30601-2769
 
ZIP Code
30601-2769
 
Solicitation Number
AG-4310-S-05-0009
 
Response Due
10/6/2005
 
Point of Contact
Carolyn Adams, Contract Specialist, Phone 706-546-2062, Fax 706-546-2157,
 
E-Mail Address
carolyn.adams@ga.nrcs.usda.gov
 
Description
The Natural Resources Conservation Service in Georgia requires the services of Architect-Engineering (A-E) firm(s) for a multidisciplinary firm-fixed price A-E Contract. The acquisition process is being conducted in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. This announcement is open to all A-E firms regardless of business size. The range is between $100,000 and $250,000. STATEMENT OF WORK This is a solicitation for a RFQ for A&E services contract for work for Rabun County, Georgia. The contract will include all operations necessary to complete repair of damage to county transportation system resulting from landslides associated with Hurricane Ivan in September 2004. This work will include but not be limited to: complete survey of damaged site relative to an established reference line at the site and the elevations relative to the USGS benchmark nearest the site, identification of alternative solutions, conduct necessary geological investigations related to alternatives developed, preparation of an acceptable engineering design, development of specifications and drawings, and detailed cost estimates for the selected solution. Engineering investigations and designs provided under this contract shall conform to industry standards, accepted practices, Georgia Department of Transportation specifications and NRCS specifications. PRESELECTION CRITERIA: Firms must meet the following criteria in order to be considered for an award under this requirement. (1) Firm or joint venture will have a minimum of one engineer employed who has recently documented experience in design of repair treatment of landslides. The lead engineer must be a Registered Professional Engineer in the State of Georgia. (2) Firm will have a minimum of one geologist employed who has recently documented experience in investigations associated with design and repair of landslides. (3) Firm or joint venture will have laboratory facilities sufficient for soil mechanics analyses associated with repair measures on landslides. (4) Firm or joint venture has an office located within 200 miles of Athens, Georgia. SELECTION CRITERIA: Firms meeting the preselection criteria will be evaluated and ranked using the following selection criteria: (1) Professional qualifications necessary for satisfactory performance. Evaluation will be based upon the number of qualified personnel and their knowledge and level of recent experience [3-5 years] associated with the requirements above, and their availability to perform work on this contract. (2) Specialized experience and technical competence in the type of work required. Evaluation will be based on the extent of directly related experience associated with performing site investigations and surveys, geologic investigations and soil mechanics testing, and completing designs associated with the repair of landslides on road slopes; 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 recent (3 to 5 years) experience in the application of the described requirements in investigations of and solution design for landslides associated with road slopes. Evaluation will include experience conducting site investigations, including surveys, geologic investigations and soil mechanics testing, as well as, preparing alternative solutions and completing designs (drawings and specifications) for solutions to repair and stabilize the landslide. Examples of work shall be documented for review as well as a description of the type of work performed. These work descriptions will be evaluated based on the documented complexity of work performed. (3) Capacity to accomplish the work. Evaluation will be based upon the number of personnel available in the discipline 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 and the quality and timeliness of performance under previous contracts. References with contact names and telephone numbers must be provided. The above evaluation factors listed in their order of importance, are (2) 40% being most important, factors (1) 20%, (3) 20%, and (4) 20% being equally important. Firms, which meet the requirements described in this announcement, are invited to submit 7 copies of a Standard Form 330, Architect Engineer and Related Services Questionnaire. Interested firms must submit their SF-330's not later than October 6, 2005, 5 p.m. EDT. to the attention of the Contracting Officer. Only those firms responding by that time will be considered for selection. After an initial evaluation, which takes approximately 45 days, the three (3) most highly rated firms will be selected for negotiation. Due to limited availability of funds only one firm will be selected to perform the tasks identified above. Negotiations will begin with the highest rated firm and will continue, as needed, in order of ranking, until terms of agreement can be reached. This is not a Request for Proposal. This solicitation is being issued with anticipated use of funds allocated in FY-06; therefore, FAR Clause 52.232-18 is applicable. Any questions should be addressed to the Contracting Officer, Carolyn Adams via email only – email: carolyn.adams@ga.usda.gov NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-AUG-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 15-MAY-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USDA/NRCS/GASO/AG-4310-S-05-0009/listing.html)
 
Place of Performance
Address: Unknown - Within 200 miles of Athens, GA.
 
Record
SN01048575-F 20060517/060515221311 (fbodaily.com)
 
Source
FedBizOpps 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.