Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2009 FBO #2693
SOLICITATION NOTICE

C -- A&E IDIQ for Wetland Restoration and Wetland Enhancement

Notice Date
4/9/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Texas State Office, 101 South Main Street, Temple, Texas, 76501-7602
 
ZIP Code
76501-7602
 
Solicitation Number
AG-7442-S-09-0024
 
Archive Date
6/11/2009
 
Point of Contact
Chip Burnette, Phone: 2547429921
 
E-Mail Address
chip.burnette@tx.usda.gov
 
Small Business Set-Aside
N/A
 
Description
Scope Of Solicitation This is a solicitation of SF-330 for Indefinite Delivery Indefinite Quantity (IDIQ) A&E services contract utilizing Firm-Fixed Price delivery task orders in accordance with FAR 16.500 for work predominately within, but not limited to, the eastern one-third of the state of Texas. The contract will include one base year and four option years. Work under this contract 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 $500,000. The total orders placed against this contract shall not exceed $5,000,000 over a five year period (one base year and four option years). The guaranteed minimum task order shall be $10,000 for the basic year 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 provide wetland restoration and wetland enhancement solutions by performing planning, engineering surveys and engineering designs, and construction services for the installation of the wetland restoration and wetland enhancement practices (e.g.: Wetland Restoration (657), Wetland Enhancement (659), or other practices as components of these practices as listed in Section IV of the Field Office Technical Guide (FOTG). This procurement will be evaluated using Brooks Act procedures. This procurement is unrestricted and is therefore open to all businesses regardless of size. The primary North American Industrial Classification System Code (NAICS) is 541330, which has a size standard of $4.0 million in annual average receipts. Firms will be selected for negotiation based on selection criteria for the required work. Contracts may be negotiated and awarded up to one year after completion of the selection process. The government contemplates the award of only one multiple Indefinite Delivery, Indefinite Quantity (IDIQ), A&E services contract utilizing Firm-Fixed Price delivery / task orders type contract. The period of performance for the base year will run from contract award for a one year period. The government may, at its option, extend the contract to a maximum of five years by exercising each of the four one-year renewal options. Task orders will be negotiated as firm-fixed price procurements for individual or clusters or wetland restoration and wetland enhancement practices. The A&E services could include performance of any part or all operations necessary to provide solutions to wetland restoration and wetland enhancement problems by performing services as required for the preparation of plans, specifications, cost estimates, and related studies for the planning, engineering planning, engineering surveys, engineering design, and construction inspection services for the planning and installation of wetland restoration and wetland enhancement practices at various locations. 1.Planning activities required may consist of but are not limited to any part of the evaluation of the existing vegetation, water resources and aquatic features, soils, geology, topography, and adjacent land uses. 2.Engineering planning activities required may consist of but are not limited to any part of the preparation of engineering planning documents for scheduling the installation of selected alternatives with associated cost estimates and quantity estimates for the installation of wetland restoration and wetland enhancement practices. Provide resource information and technical requirements. Develop alternatives to protect resources and meet other objectives of the wetland restoration and wetland enhancement plan. Inform the NRCS of potential operation and maintenance requirements. Conducts site investigation and preliminary surveys as needed. Inform the NRCS of needed permits (i.e.: 402/404, NPDES) required to comply with the Section 404 of the Clean Water Act, and other environmental laws and regulations. 3.Engineering surveys required may consist of but are not limited to any part or all of the following activities: topographic / planimetric surveys, magnetometer surveys, hydrographic / bathymetric surveys, horizontal and vertical control surveys, survey quality GPS surveys, design surveys, development of graphical representations of survey data collected, construction layout and certification surveys, and surveys for quantity computations. 4.Engineering design activities required may consist of, but are not limited to any part or all of the following activities: preliminary field investigations, geologic and soils investigations, design of wetland restoration and wetland enhancement practices, preparation of construction specifications, preparation of engineering and construction plans (drawings), preparation of landrights work maps, preparation of quantity and cost estimates, preparation of bid schedules, preparation of quantity computation checks and certifications, preparation of hydrologic and hydraulic designs of wetland restoration and wetland enhancement practices, and preparation of design folders. The typical project could require knowledge and experience in all aspects of wetland restoration and wetland enhancement planning, engineering planning, engineering surveys, engineering design, and construction services associated with the design, construction and implementation of wetland restoration and wetland enhancement practices, shallow foundations (bearing capacity, consolidation, seepage, etc.), earth embankments, earthwork, manual water control gates, rock riprap placement, timber structures, steel structures and structural fabrication, and preparation of documents for submittal of applicable permits. 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. 5.Construction services required may consist of but are not limited to any part of construction layout, construction inspection, construction quality control (inspection), construction checkout, and certification of completed wetland restoration and wetland enhancement practices. Construction services do not include actual construction of wetland restoration and wetland enhancement practices. The firm will be required to perform wetland restoration and wetland enhancement planning, engineering planning, engineering surveys, engineering designs, and construction services, as indicated above, for the installation of wetland restoration and wetland enhancement practices in accordance with NRCS standards as listed in Section IV of the FOTG and certify that all wetland restoration and wetland enhancement planning documents, engineering planning documents, engineering surveys, engineering designs, and construction services meet NRCS standards, specifications, policy, handbooks, and documentation requirements. The firm will be required to interpret geotechnical reports and accurately apply the data to the design of the wetland restoration and wetland enhancement practice measures where available. The design work will be agricultural, civil, or environmental. The A&E services may involve direct consultation, inspection of construction of a specific project, including reviews of shop drawings, material selections, and quality control testing such as those associated with concrete placement and earthfill compaction. A&E services are required to provide solutions to wetland restoration and wetland enhancement problems by providing wetland restoration and wetland enhancement planning, engineering planning, engineering surveys, engineering design, and construction inspection services for the installation of any wetland restoration and wetland enhancement practices listed in Section IV of the FOTG. Applicable references include Section IV of the Field Office Technical Guide, Conservation Programs Manual – Wetland Reserve Program, National Engineering Manual and state supplements to the referenced documents. More information may be found at the following websites: http://policy.nrcs.usda.gov/scripts/lpsiis.dll/M/M_440_514.htm and http://www.nrcs.usda.gov/technical. The Field Office Technical Guide can be located at: http://www.nrcs.usda.gov/technical/efotg/. All drawings shall be computer generated in *.dwg format. All reports shall be *.doc, *.pdf, or *.xls format. Electronic copies and original hard copies are to be furnished to NRCS. These contracts could include design for repair and replacement of existing systems and review services provided by other A&E firms. Responses should include proposed sub-consultants for all disciplines for wetland restoration and wetland enhancement planning; engineering planning; surveying, civil, hydrologic, hydraulic, agricultural, environmental, geotechnical, and soil mechanics engineering; and biological knowledge of wetland science. Responses shall include the qualifications of personnel to perform the type of tasks described by this notice. Personnel listed in the response shall not be changed without the consent of the Contracting Officer. Responses should also include descriptions of facilities, materials, equipment, and services to perform the type of tasks described by this notice. The estimated construction cost of the proposed individual construction projects for the installation of wetland restoration and wetland enhancement practices will typically be between $2,000 and $500,000. PRESELECTION CRITERIA: Firms must meet the following criteria in order to be considered for an award under this requirement: a.Have a minimum of two engineers employed on a full time basis as key personnel for this contract. At least one engineer must be a Registered Professional Engineer in the state of Texas and have a minimum of ten years experience in engineering planning, engineering surveys, engineering designs, and construction services for wetland restoration and wetland enhancement practices as listed in Section IV of the FOTG or equivalent standards and specifications, and must have direct experience with the design and implementation of wetland restoration and wetland enhancement practices or equivalent experience. b.Associated with or have a minimum of one surveyor or one civil engineering technician (CET) as key personnel for this contract with a minimum of ten years experience in engineering surveys and construction services for wetland restoration and wetland enhancement projects or equivalent experience. c.Associated with or have a minimum of one draftsperson employed on a full time basis with a minimum of five years CAD experience. SELECTION CRITERIA: Firms meeting the preselection criteria will be evaluated and ranked using the following selection criteria: I.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. II.Specialized experience and technical competence in the type of work required. Evaluation will be based on the extent of directly related experience in performing wetland restoration and wetland enhancement planning, engineering planning, engineering surveys, engineering designs, and construction of the types of 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 all phases of wetland restoration and wetland enhancement planning, engineering planning, engineering surveys, engineering design, and construction services for application of wetland restoration and wetland enhancement practices in Texas or equivalent practices. Evaluation will include experience using SITES, HEC-RAS, TR66, TR20, WinTR55, and EFH2 computer models, following design criteria and guidelines as outlined in Section IV of the FOTG or equivalent standards and specifications, hydrologic and hydraulic design of simple and complex wetland restoration and wetland enhancement practices, planning and designing wetland restoration and wetland enhancement practices, designing complex foundation and drainage features, and previous experience in wetland restoration and wetland enhancement planning, engineering planning, engineering surveys, engineering design, construction services of NRCS wetland restoration and wetland enhancement practices. Evaluation will include experience and technical competence in the areas of soil mechanics, hydrology, hydraulics, surveying, structural design, CADD, ponds, grade stabilization structures, wetland planting, wetland science, other wetland and erosion control practices, previous experience with NRCS standards and specifications a outlined in Section IV of the FOTG or equivalent standards and specifications, and previous experience in construction services including construction layout, construction inspection, construction checkout and certification of completion of equivalent wetland restoration and wetland enhancement practices. 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 documented complexity of work performed. Examples of work shall be documented for review, as well as a description of the type of work performed on SF-330. All plans, drawings, specifications, and related documents for at least one wetland restoration and wetland enhancement project shall be submitted for this review. These work descriptions will be evaluated based on documented complexity of work performed. III.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 the contract, the schedules for completion of the existing work, and the capacity to provide personnel for the contracts. IV.Past performance on contracts with government agencies and the private industry. Evaluation will be based on the firm’s proximity to the indicated service area and the knowledge of specific natural resource concerns or conditions that affect wetland restoration and wetland enhancement in the service area. Firms must clearly indicate the office location where the work will be performed and the qualifications of the individuals proposed to work on this contract. The above evaluation factors, listed in their order of importance, are (II) 35% being most important, (IV) 25% being the next most important, and factors (I) 20% and (III) 20% being equally important. Firms, which meet the requirements described in this announcement, are invited to submit 1 copy of Standard Form 330, Architect-Engineer Qualifications. Interested firms must submit their SF-330’s not later than May 27, 2009, 2 p.m. CST to the attention of the Contracting Officer. Clearly indicate the office location where the work will be performed and the qualifications of the individuals and subcontractors proposed to work on the contract and their geographical locations. Include an organizational chart and qualifications of key personnel. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of the firm, specialized technical expertise, or other requirements listed. Only those firms responding by the time listed above will be considered for selection. After an initial evaluation, which takes approximately 45 days, the most highly rated firm will be selected. The selected firm will then be sent a solicitation to provide their proposal. Firms must provide a customer reference list with addresses and telephone numbers for all projects listed as related experience and a project workload schedule showing proposed personnel members for the project period. Interviews for the purpose of discussing prospective firm’s qualifications will be conducted either in person or by teleconference. All firms must be registered in the Central Contractor Registration (CCR) to be considered for an award of a Federal Contract. For information regarding registration, contact CCR Web Site at www.ccr.gov. This is not a Request for Proposal. Any questions should be addressed to the Contracting Officer.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e09f4d291c64874ba13d22fc64d26686&tab=core&_cview=1)
 
Place of Performance
Address: Various Locations, State of Texas., Temple, Texas, 76501, United States
Zip Code: 76501
 
Record
SN01789393-W 20090411/090409215845-e09f4d291c64874ba13d22fc64d26686 (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.