Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2009 FBO #2720
SOLICITATION NOTICE

C -- ANGORA CREEK ANALYSIS AND RESTORATION DESIGN

Notice Date
5/6/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Agriculture, Forest Service, R-5 IBET Province, Tahoe N.F., 631 Coyote Street, Nevada City, California, 95959-2250
 
ZIP Code
95959-2250
 
Solicitation Number
AG-9A63-S-09-0037
 
Archive Date
8/31/2009
 
Point of Contact
Denise L Storms,, Phone: 530-642-5160, Diane J. Jones,, Phone: 530 478-6125
 
E-Mail Address
dlstorms@fs.fed.us, djjones@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
Angora Creek Watershed Stream Corridor Analysis and Meadow-Channel Restoration Design Project The USDA Forest Service, Lake Tahoe Basin Management Unit (LTBMU), South Lake Tahoe, California, is seeking a qualified consultant to provide professional services for a stream corridor analysis to verify Forest Service initial assumptions, fine-tune our understanding of the project site and its relationship to the watershed upstream, and then work together to develop 100% design plans and specifications to implement this work. The project is located in El Dorado County and is accessible from Lake Tahoe Blvd west of the City of South Lake Tahoe. The Watershed Angora creek is a two square mile, bowl shaped watershed that drains off the Tahoe-Sierra Crest. Elevation in the contributing watershed ranges from 6360, to over 8500, feet. The underlying bedrock is granites of Sierra Nevada Batholith. Two lakes exist at the head of the watershed, with numerous tributaries and springs feeding the main stem of Angora Creek. The longitudinal profile of the watershed is stair-stepped, a pattern typical of headwater basins in the Sierra Nevada. Meadows have formed along low gradient treads. Watershed vegetation is typical of that found in upper montane and sub alpine watersheds in the central Sierra Nevada. Project Location The project begins approximately 100 feet above the Lake Tahoe Blvd crossing. The project continues for approximately 3000 feet upstream to break in valley slope where the stream type transitions for a meadow to upland style. Scope of Work Professional and technical services shall include all labor, materials, equipment, and facilities, as required to conduct a meadow-stream corridor analysis to be the basis for the development of engineering plans and specifications suitable for use by the Forest Service to conduct implementation in-house. The contractor and LTBMU Stream Restoration Group will function as a team, accomplished through field meetings, office meetings, and email communication COMPONENTS OF THE MEADOW-STREAM CORRIDOR ASSESSMENT SHOULD INCLUDE BUT ARE NOT LIMITED TO: • Holocene Meadow Geomorphic History •Restoration constraints •Stream Hydraulic analysis •Bedload transport synopsis. •Meadow-channel reference conditions. oAn assessment of local functional analogues as selected by the Forest Service. COMPONENTS OF DESIGN PLAN DEVELOPMENT SHOULD INCLUDE BUT ARE NOT LIMITED TO: •Hydraulic and geomorphic analysis. •Geomorphically compatible tie-in to the county road crossing project. •Incorporation of aquatic habitat features •Meadow re-vegetation as part of site rehab •Plans and Specifications Scope of Work Professional and technical services shall include all labor, materials, equipment, and facilities, as required. The work to be performed by the consultant shall consist of, but is not limited to, the following items and sub-items: 1.USFS coordination. A USFS restoration hydrologist and/or restoration aquatic biologist will be part of the consultant’s design team from corridor assessment through final project design. There will be bimonthly coordination with the restoration group, as needed, regarding the progress and status of the project and related issues through meetings or personal communications. 2.Meadow Stream Corridor Assessment and Preliminary Channel Design Memo. A professional memo that summarizes all analyses and conclusions described in the Components of the Assessment section above, and any other analyses developed during contract negotiation and/or during the assessment phase of the contract and agreed upon by both USFS Restoration Staff and the contractor. 3.Preparation of Design Plans and Specifications Project designs shall emphasize the use of passive watershed or bioengineering methods and approaches. Design plans shall be stamped and signed by a civil engineer registered in California. Final plans shall be detailed to the degree necessary that they can be used for Forest Service in-house construction drawings (main sheets at 1: 40 scale) and shall include, at a minimum, a cover sheet, location map, legend, abbreviation list, general notes, plan and profile sheets, cross sections, details, temporary erosion control, land capability, revegetation, bioengineering techniques, land disturbance calculations, soil excavation quantity calculations, and instream structures. Plans shall also show the location of design shall include, at a minimum, project introduction, problem and project need descriptions, project goals and objectives, proposed improvements, hydrologic and hydraulic analysis with findings and recommendations, and a construction cost estimate. 4.Construction Support Documents Memo. This memo includes technical specifications that shall include, at a minimum, description of items to purchase and materials specification, quantities of cut and fill, order of work, types of equipment to be used, all procedures and equipment for purchasing, installing, and maintaining all BMPs If the project requires a phased approach for implementation, the contract documents shall reflect this. The consultant shall also provide a final engineer’s construction cost estimate for each phase and the project in total. 5.Field Reviews. Consultant shall lead four field reviews of the project at preliminary, 50%, and 90% phases of project design with the USFS, Washoe Tribe of California and Nevada, TRPA, LRWQCB, CTC, League To Save Lake Tahoe, and Army Corps.of Engineers. The fourth field review shall be for the Forest Leadership Team (FLT): Forest Supervisor, Deputy Forest Supervisor, and Staff Officers. 6.Attendance at agency/organization meetings. This includes two meetings: 50% and 90% phases of project design. Consultant shall be prepared to present the project design and respond to questions. Consultant shall respond in writing to comments presented at the meetings as well as to comments received in writing from the USFS. 7.Design/Construction drawings. Provide two sets of reproducible plans, stamped and signed, for the purposes of implementation. Also provide one set in electronic file format. Plans will be in a standard engineering design and layout format. Estimated value of construction work resulting from this contract is $1,500,000. Work Completed to Date and Supportive Data The following information shall be made available for the planning and design of the project. 1.Aerial photos 1939-2000. 2.Stream channel typing. 3.Aquatic habitat typing. 4.Water quality monitoring data and USGS / UCD flow data. 5.Stream condition inventory data. Proposed Project Schedule Contract awardJune 2009 Assessment completionDecember 2009 Plans and specification completion June 2010 Prospective Consultant shall include in the proposal any anticipated deviations from this schedule. Proposal Requirements In additional to the SF-330*, the consultant shall provide a precise, responsive proposal which shall include the following: * The actual SF-330 is not required to be submitted if the relevant information is clearly articulated elsewhere in the response package. 1.A cover letter (**not to exceed one page), identifying name, address, and telephone number of the principal representing the firm/term, signed by a person authorized to execute a contract with the USFS. A copy of the corporate resolution, or other applicable document, confirming this person is duly authorized shall be included with the proposal. 2.A description of the firm/team (**not to exceed two pages), identifying the firm’s/team’s primary services, office location(s), and professional and support staff members. 3.Resumes with a concise breakdown of personnel and potential sub contractors (**not to exceed two pages), with a description of personnel and principal(s) to be assigned to this project and a description of their responsibilities as they relate to this project. 4.Provide a description of similar projects under similar Sierra Nevada conditions prepared, planned, and designed with the involvement of the principal(s) by the firm/team. This shall include client reference, phone number, and key consultant staff persons who worked on the plan. Include information on project acreage, size and location, scope of work, and if the project is available for inspection. Include estimated and actual budget, estimated and actual schedule, and original staffing and staffing at project completion, and involvement of principal(s). (**Limit the description and details for ALL projects to three pages). 5.A brief statement (**not to exceed one page), expressing the firm’s/team’s, restoration philosophy along with their understanding of, and general approach to, the proposed project. 6.The proposal must include a brief discussion (**not to exceed one-page) of any other projects undertaken currently by the firm/team that might result in delays to completing this project on schedule or that would constitute a conflicting interest. 7.A work schedule with the start dates and completion dates of the individual sub-items listed under the Scope of Work. **font size of 10 or greater is required for the body of the proposal; proposals that do not meet the font or page requirements as stated above, will render that proposal void and not considered for evaluation and selection. The Consultant shall submit five (5) copies of the proposal. All firms responding to this announcement will be evaluated on the following factors, which are shown in descending order of importance: 1.Professional qualifications necessary for satisfactory performance of required services. Demonstrate qualifications through past performance, responsibilities, and a description of the utilization for key personnel assigned to the project. 2.Specialized experience and technical competence in the type of work required. Demonstrated experience in stream corridor analysis and stream and meadow restoration project design related to project purpose as outlined in the project statement of work. 3.Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. 4.Capacity to accomplish the work in the required time. The proposal must provide a brief description of three projects with similar scope and scale, description of the tasks accomplished, and the timeline in which the tasks were accomplished, and the name and contact information (project manager) of the funding organization. 5.Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. The proposal must state knowledge of or similar experience in dealing with the typical codes and regulations for restoration work in sensitive environments such as streams and riparian areas in state of California. This procurement is open to both large and small business concerns in accordance with the Small Business Competitiveness Demonstration Program. Please submit your Technical Proposal to: USDA Forest Service, IBET Province, 631 Coyote Street, Nevada City, CA 95959, Attn:Acquisitions, Room 117. They are due by close of business (4:30 pm local time) on June 19, 2009. The SF-330 is available on the internet at http://www.gsa.gov and click on Federal Forms. Point of Contact(s): Denise Storms, Contracting Officer, Phone 530-642-5160, Fax 530-621-5258, Email dlstorms@fs.fed.us – Diane Jones, Procurement Assistant, Phone 530-478-6125, Fax
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a8176dc755a68706d7d3b7170170ce3e&tab=core&_cview=1)
 
Place of Performance
Address: LAKE TAHOE BASIN MANAGEMENT UNIT, SOUTH LAKE TAHOE, California, 96150-4500, United States
Zip Code: 96150-4500
 
Record
SN01810170-W 20090508/090506221425-a8176dc755a68706d7d3b7170170ce3e (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.