Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2007 FBO #2081
SOLICITATION NOTICE

F -- A&E SERVICES FOR REHABILITATION PLANNING

Notice Date
4/23/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Texas State Office, 101 South Main Street, Temple, TX, 76501-7602, UNITED STATES
 
ZIP Code
76501-7602
 
Solicitation Number
AG-7442-S-07-0008
 
Response Due
5/25/2007
 
Point of Contact
John Eberhart, Contracting Officer, Phone 254-742-9921, Fax 254-742-9929, - Kathleen Pinckney, Contracting Officer, Phone 254-742-9984, Fax 254-742-9929,
 
E-Mail Address
john.eberhart@tx.usda.gov, kathleen.pinckney@tx.usda.gov
 
Description
This is a solicitation for SF-330, Architect ? Engineer Qualifications for Indefinite Delivery Indefinite Quantity (IDIQ) A&E services contract for Rehabilitation Planning within the state of Texas. NRCS anticipates award of two A&E contracts for this service. The contracts will include one base year and four option years. Work under these contracts will be subject to satisfactory negotiation of individual task orders. The price of any single task order shall be at least $1,000 but shall not exceed $1,000,000. The maximum order amount for each contract period (base year and each option year) shall not exceed $1,000,000. The guaranteed minimum task order shall be $5,000 for the basic period only. There shall be no guaranteed minimum for the option years, if exercised. Task orders could include performance of any part or all operations necessary to initiate and complete rehabilitation planning of aging flood control dams within Texas. Rehabilitation Planning required may consist of, but is not limited to, any part or all of the following activities: assembling an experienced interdisciplinary staff necessary to develop a Supplemental Watershed Plan/Environmental Assessment or Environmental Impact Statement (Plan/EA or EIS). Federal policy, procedures, and requirements to develop the Plan/EA or EIS are outlined in the USDA-NRCS, National Watershed Manual and the Economic and Environmental Principles and Guidelines for Water and Related Land Resources Implementation Studies. Agency planning requirements under the National Environmental Policy Act and the National Historic Preservation Act will also be followed. Firm will furnish all equipment, personnel and materials to perform the tasks. The typical project could require knowledge and experience in surveying, engineering design, geologic investigations, economic analysis and project related biological, cultural resource and environmental concerns. Firm will conduct planning studies, formulate and evaluate alternatives. Engineering activities may include preparing planning designs for earth embankments, roller compacted concrete structures, earthwork, reinforced concrete structures, automated and manual water control gates, rock riprap placement, timber structures, steel structures and structural fabrication, timber, steel and concrete piling, sheet piling and channel bank stabilization measures. The firm will be required to perform engineering surveys and engineering design activities in accordance with NRCS standards and certify that all surveys and designs meet NRCS standards. The firm will prepare land rights work maps and cost estimates. The firm will be required to interpret geotechnical reports and accurately apply the data to the planning of the project measures. The majority of engineering work will be civil in nature and be limited to that necessary to make planning decisions. All drawings will be computer generated in *.dwg format. Electronic copies, original hard copies and copies for distribution are to be furnished to NRCS. PRESELECTION CRITERIA: Firms must meet the following pre-selection criteria in order to advance to the selection process be considered for an award under this requirement. (1) Firm or joint venture will have a minimum of one engineer employed and be a Registered Professional Engineer in the state of Texas with a minimum of ten years experience in project planning, engineering surveys and engineering design of flood prevention and water resource projects. (2) Firm or joint venture will have a minimum of one project leader with a minimum of ten years experience in project planning for water resource projects and preparing National Environmental Policy Act (NEPA) documents. (3) Firm or joint venture will have an interdisciplinary professional staff composed of an engineer, geologist, economist, biologist, and surveyor with a minimum of two of the professional disciplines besides engineering having a minimum of five years experience each. (4) Firm has an office located within 200 miles of Temple, Texas. SELECTION CRITERIA: Firms meeting the pre-selection criteria will then 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 experience 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 in performing project planning and engineering design of flood prevention and water resource related 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 of the described requirements in project planning and engineering design of flood prevention and water resource related projects in Texas. Evaluation will include experience using HEC-RAS, SITES, TR66, TR55 and TR20 computer models following TR60 guidelines. Evaluation will include experience using economic analysis programs URB1, ECON2, or other programs as long as procedures are followed as outlined in Economic and Environmental Principles and Guidelines for Water and Related Land Resources Implementation Studies. Evaluation will include knowledge of requirements as set forth in Economic and Environmental Principles and Guidelines for Water and Related Land Resources Implementation Studies. Evaluation will include experience in NRCS or US Army Corps of Engineers (COE) flood prevention and water resource planning related projects, formulating alternatives, as well as preparing NEPA related documents. Examples of work shall be documented on SF-330?s 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 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 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 pre-selection and selection requirements described in this announcement, are invited to submit 4 copies of Standard Form 330, Architect - Engineer Qualifications. Interested firms must submit their SF-330's not later than May 25, 2007, 4:30 P.M. CST, to the attention of the Contracting Officer. Only those firms responding by that date and time will be considered for selection. After an initial evaluation, which takes approximately 45 days, the two (2) most highly rated firms may be selected. This is not a Request for Proposal. Any questions should be addressed to the Contracting Officer. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-APR-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 06-AUG-2007, 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/TXSO/AG-7442-S-07-0008/listing.html)
 
Place of Performance
Address: Throughout the State of Texas
Zip Code: 76501
Country: UNITED STATES
 
Record
SN01363931-F 20070808/070806222602 (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.