Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2009 FBO #2655
SOLICITATION NOTICE

C -- Construction Design Services - SF-330

Notice Date
3/2/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Louisiana State Office, 3737 Government Street, Alexandria, Louisiana, 71302
 
ZIP Code
71302
 
Solicitation Number
AG-7217-S-09-0013
 
Archive Date
4/15/2009
 
Point of Contact
Vicki Supler,, Phone: 318-473-7645, Aaron Ramsey,, Phone: 318 473-7753
 
E-Mail Address
vicki.supler@la.usda.gov, aaron.ramsey@la.usda.gov
 
Small Business Set-Aside
N/A
 
Description
SF-330 f SF-330 e SF-330 part 2 SF-330 f The USDA Natural Resources Conservation Service in Louisiana requires the services of a professional design firm with experience in performing construction design services for various water resources projects. This acquisition process is being conducted in accordance with the Brooks Act as implemented in FAR Subpart 36.6. The primary NAICS code is 541330, which has a size standard of $4.5M. This announcement constitutes the only notice. PROJECT INFORMATION: The selected firm will perform any or all operations necessary to perform engineering designs for various water resources projects within Louisiana as described below. Design activities required may consist of but are not limited to any part, one or all of the following activities: design water resources project features, prepare construction specifications, prepare construction plans (drawings), prepare land rights work maps, prepare cost estimates, prepare bid schedules, and prepare design folders. The typical project could require knowledge and experience in all aspects of engineering design associated with the design and construction of deep and shallow foundations (bearing capacity, consolidation, etc.0, 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, channel bank stabilization measures, dredging for access channels and marsh creation/nourishment. The firm will be required to perform engineering design activities in accordance with NRCS standards. The firm will be required to interpret hydrologic and hydraulic reports as well as geotechnical reports, and accurately apply the data to the design of the project measures. The majority of design work will be civil; however electrical and mechanical engineer expertise may be required on some projects. All drawing s will be computer generated in.dgn o.dxf format. The government anticipates the award of a fixed price indefinite delivery, indefinite quantity type (IDIQ) contract as a result of this competition. The initial contract period will be for one (1) year and the Government may, at its option, extend the contract to a maximum of five (5) years by exercising four (4) each one-year renewal options. Work under the contract will be subject to satisfactory negotiation of individual Task Orders. The price of any single task order shall be at least $5,000 but shall not exceed $500,000. The maximum order amount for any contract period (base year and each option year) shall be $400,000. The guaranteed minimum is $5,000 for the contract per year. Task Orders will be negotiated as firm fixed-price procurements for individual projects. PRE-SELECTION CRITERIA will be based on 1) have a minimum of three in-house civil engineers employed on a full times basis. At least one engineer must be a registered professional engineer in the state of Louisiana with a minimum of ten years experience. 2) Associate with or have a minimum of one electrical and one mechanical engineer with a minimum of 5 years experience. 3) Have a minimum of three in-house draftspersons employed on a full time basis, one with a minimum of ten years CAD experience and at least one of the others with a minimum of three year’s experience. SELECTION CRITERIA: Each firm will be evaluated on the following: 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 ability 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 engineering designs of the types of projects described; specialized education at the university level, and all other applicable education, training, and certifications. Preferential consideration will be given to those firms with knowledge of and direct experience in the application of the described requirements in the coastal marsh environment in Louisiana. Examples of work shall be provided for review, as well as a description of the location and type of work performed. Previous work samples will be evaluated based on complexity of work performed. 3. Capacity to accomplish the work. Evaluation will be based upon the number of qualified personnel available in the disciplines described above, the quantity of existing work under contract, the anticipated contractual workload, and the schedules for completion of that work. Evaluation will also be based upon the precision level and quantity of office equipment and other hardware/software units available to work on this contract. Examples of equipment include but are not limited to computers, AutoCad, MicroStation, computer software models use for engineering design, plotters, printers, etc. 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; the quality and timeliness of performance under previous contracts. A minimum of three references with telephone numbers must be provided. 5. Location in the general geographic area and knowledge of the locality. Evaluation will be based on past work experience with other government agencies and the private sector in performing the requirements described; the quality and timeliness of performance under previous contracts. A minimum of three references with telephone numbers must be provided. The evaluation factors listed above are ranked in their order of importance, with criteria (1) being the most important. 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 award of a Federal contract. For information regarding registration contact the CCR Web Site at www.ccr.gov. It is also required that all contractors be registered in the Online Representations and Certifications (ORCA) to be considered for an award of a Federal Contract. For information regarding registration to ORCA, contact the ORCA website at https://orca.bpn.net. Firms which meet the requirements described in this announcement are invited to submit 4 copies of Standard Form 330, Architect-Engineer Qualifications and any other supplemental information deemed relative to the selection criteria. Interested firms must submit their SF-330’s no later than March 30, 2009, 4:00 p.m. CT, to the attention of Vicki Supler, Contract Specialist, USDA-NRCS, 3737 Government Street, Alexandria, LA 71302. Only those firms responding by that time will be considered for selection. Facsimile or email transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. After an initial evaluation, three or more of the firms considered to be the most highly qualified firms may be chosen for discussions. The most highly rated firm selected will then be asked to submit a proposal. This is not a Request for Proposal but a Request for Qualifications. Any questions should be addressed to the contracting officer. NOTE: Work will be located throughout the State of Louisiana.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1b184e3108eff461820058268d40fd25&tab=core&_cview=1)
 
Place of Performance
Address: Various locations in Louisiana, Alexandria, Louisiana, 71302, United States
Zip Code: 71302
 
Record
SN01759673-W 20090304/090302215018-1b184e3108eff461820058268d40fd25 (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.