Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2007 FBO #1966
SOLICITATION NOTICE

C -- IMPLEMENTATION SERVICES FOR COMPREHENSIVE NUTRIENT MANAGEMENT PLANS

Notice Date
4/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, North Dakota State Office, 220 Rosser Avenue, Room 278, Bismarck, ND, 58501, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AG-6633-S-07-0003
 
Response Due
5/11/2007
 
Archive Date
9/30/2007
 
Description
The United States Department of Agriculture, Natural Resources Conservation Service (NRCS) is seeking proposals from qualified firms to provide planning and implementation services for Comprehensive Nutrient Management Plans (CNMP) for farm and ranch operations through North Dakota. The United States Department of Agriculture, Natural Resources Conservation Service (NRCS), is seeking proposals from qualified firms to provide planning and implementation services for Comprehensive Nutrient Management Plans (CNMP) for farm and ranch operations through North Dakota. Firms will submit proposals using Standard Form 330 (Architect and Engineering Qualifications). Multiple awards are contemplated for this solicitation. NRCS intends to make awards to the most qualified firms using the selection criteria listed below. Firms will receive an IDIQ contract award for one (1) base year beginning July 1, 2007 through June 30, 2008. NRCS will have the option to renew the contract by extending the term of this contract through exercising annual options. The total duration of the contracts, including options, shall not exceed 5 years. Work under each of the contracts will be subject to satisfactory negotiation of individual task orders in association with the pre-determined unit prices of the contract. The contractor shall provide all personnel, equipment, labor, tools, materials, supervision and other items necessary to provide the CNMP services required. The total order amount for the base-year shall not exceed $100,000.00. The guaranteed minimum task order amount shall be $10,000.00. There shall be no guaranteed minimum for the option periods, if exercised. DESCRIPTION OF SERVICES: 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 use animal manure, process wastewater and other organic by-products as a beneficial resource; to address potential impacts of an AFO on natural resources, including water and air quality; and to assist an AFO owner/operator in meeting all applicable local, State and Federal water quality goals and regulations. CNMPs will be prepared by the contractor in accordance with the Specifications in the RFP and all applicable NRCS policies and criteria which can be found at the following websites: NRCS Comprehensive Nutrient Management Planning Technical Guidance at: http://policy.nrcs.usda.gov/viewerFS.aspx?id=3073. Task order assignments could include civil, agricultural, and environmental engineering services needed to plan elements of a CNMP. The A&E services are required to perform all aspects of the site investigation, survey, and preparation of preliminary design of conservation practices needed to implement a CNMP. These services may include: 1) Investigation of current operations, 2) engineering surveys, 3) geologic and soils investigation and testing, 4) preliminary design of manure and wastewater handling and storage facilities 4) preparation of a nutrient management plan, 5) planning of land treatment practices, 6) providing a feed management plan, 7) preparation of recordkeeping procedures., and 8) certification of compliance with NRCS standards. These IDIQ contracts could include the repair, expansion, modification, or replacement of existing systems. Services will also involve direct consultation with NRCS staff and the landowners for reviews and approvals of plans. Planning will be in compliance will be in accordance with NRCS-Planning Procedures Handbook, Section IV of the electronic Field Office Technical Guide (eFOTG), and the NRCS Agricultural Waste Management Handbook, Engineering Field Handbook, National Engineering Manual, and other reference publications. SELECTION CRITERIA: Firms must have: 1) a project manager, 2) a preparer of preliminary engineering designs must be a Registered Professional Engineer licensed in the State of North Dakota, and 3) staff who are certified by the American Society of Agronomy as either a Certified Crop Adviser (CCA) or Certified Professional Agronomist (CPAg). Firm(s) meeting the pre-selection criteria will be evaluated and ranked using the following selection criteria: 1. Specialized experience and technical competence in the type of work engineering work required. Evaluation will be based on the extent of directly related experience and competence in soil mechanics, hydrology, hydraulics, surveying, and structure design of agricultural waste systems. Consideration will be given to those firms with knowledge and direct experience in the application of the described requirement in animal manure and wastewater handling and storage projects. Experience should include other affiliated conservation projects associated with animal feeding operations such as livestock pipelines, heavy use areas, protective fencing, and access roads. Examples of work shall be documented for review, as well as a description of the type and scope of work performed. 2. Specialized experience and technical competence in nutrient management and conservation planning involving agricultural waste management. Evaluation will be based on the extent of related experience and competence in nutrient management and conservation planning. Consideration will be given to those firms with relevant experience with design and implementation of plans that include animal manure and wastewater utilization components. Examples of both nutrient management and conservation plans shall be documented for review, as well as a description of the type and scope of work performed. 3. Professional qualifications necessary for satisfactory performance. Evaluation will be based on knowledge level associated with the requirements above. Consideration will be given to applicable education, training, and certifications 4. Capacity to accomplish the work in the required time. Evaluation will consider current work orders and services being provided to other clients 5. Location in the general geographic area. Evaluation will be based on the firm?s office location(s) and proximity to the work which is anticipated to be statewide. 6. Past performance on contracts with Government agencies and private industry. Evaluation will be based on type of work performed, quality of work, compliance with performance schedules and cost control. A list of reference and letters of recommendation with company seal of logo may be submitted for evaluation purposes. The above evaluation factors are listed in their descending order of importance. Factors 1 and 2 are equally important and will be weighted at twice the value of Factors 3 through 6. Factors 3 through 6 will be evaluated as equally important. Firm(s), which meet the requirements described in this announcement, are invited to submit four (4) copies of Standard Form 330, Architect-Engineer Qualifications, and any other information relative to the selection criteria to the contracting office address listed above to the attention of the Contracting Officer by the close of Business May 11, 2007. Only those firm(s) responding by that time will be considered for selection. REQUIRED REGISTRATION: All firms responding to this announcement are required to register in Central Contractor Registration (CCR) at www.ccr.gov and Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov.
 
Place of Performance
Address: Throughout North Dakota
Zip Code: 58501
Country: UNITED STATES
 
Record
SN01272736-W 20070415/070413220358 (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.