SOLICITATION NOTICE
C -- Montana Agricultural Waste Projects
- Notice Date
- 6/18/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Agriculture, Natural Resources Conservation Service, Montana State Office, Federal Building, Room 443 10 East Babcock Street, Bozeman, MT, 59715-4704
- ZIP Code
- 59715-4704
- Solicitation Number
- NRCS-MT-03-12
- Response Due
- 7/17/2003
- Point of Contact
- Marsha Harris, Contract Specialist, Phone 406-587-6859, Fax 406-587-6808, - Sheryl Westlake, Contract Specialist, Phone 406-587-6731, Fax 406-587-6808,
- E-Mail Address
-
marsha.harris@mt.usda.gov, sheryl.westlake@mt.usda.gov
- Description
- The Natural Resources Conservation Service (NRCS) is soliciting SF-254s and SF-255s for a Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) Engineering services contract for work within the state of Montana. Multiple awards may be made based upon the 5 Natural Resource Areas within Montana. A map of the Montana areas will be provided separately. The contract will include one base-year and four option-year periods. Work under this contract is subject to satisfactory negotiation of individual task orders. The price of any single agriculture waste project task order shall be at least $5,000 but shall not exceed $25,000. The maximum order amount for each contract period (base-year and each option-year) shall be $240,000. The guaranteed minimum task order shall be $5,000 for the basic period only. There will be no guaranteed minimum for the option periods, if exercised. Task orders could include performance of any part or all operations necessary to perform engineering surveys, geological investigations, soil mechanics testing, resource planning, nutrient management plans, engineering designs, and construction activities for various animal manure and wastewater pumping, screening and handling, storage, waste utilization and other conservation practices. Other practices may be vegetative practices. Other structures such as reinforced concrete handling and storage structures may be necessary. Hydrology and hydraulic analysis of project sites is necessary. Knowledge of the livestock industry and agronomy practices is necessary to design and apply agriculture wastes. Modification or expansion of new or existing feedlots and dairy systems may be necessary. Surveys required may consist of but are not limited to any part or all of the following activities: topographic surveys, design surveys, geotechnical surveys, and construction layout, and construction checkout surveys. Design activities required may consist of but are not limited to any part or all of the following activities: design animal manure and wastewater handling and storage project features, prepare construction specifications, prepare construction plans (drawings), prepare cost estimates, quantity computation checks and certifications, and prepare design folders, prepare quality management plans to be used during construction. Construction activities will include construction layout and staking, construction inspection, testing of materials, record documentation, checkout, and certification of quantities. The typical project could require knowledge and experience in all aspects of animal manure and wastewater volume estimations, rainfall runoff calculations, surveying, engineering design and quality assurance activities associated with the design and construction of waste storage ponds, earth embankments, reinforced concrete structures, clay and flexible liners, wastewater conveyance pipelines, diversions, and sediment basins. The firm will be required to perform engineering surveys and engineering design activities in accordance with NRCS standards and certify that all surveys, designs, and construction, meets NRCS standards. NRCS standards can be found in the NRCS Field Office Technical Guide, technical releases, and national engineering handbooks. The Agricultural Waste Management Field Handbook and the Montana Supplement to the Engineering Field Handbook provide planning, survey ,design, construction guidance and documentation requirements. All drawings will be computer generated in *.dwg format. Electronic copies and original hard copies are to be furnished to NRCS. PRESELECTION CRITERIA: Firms must meet the following criteria in order to be considered for an award under this requirement: (1) Have a minimum of two engineers employed on a full time basis. At least one engineer must be a Registered Professional Engineer in the state of Montana and have a minimum of five years experience in engineering surveys and engineering designs and construction of animal manure and wastewater handling and storage projects. (2) Have the ability to provide a minimum of one surveyor with five years experience in engineering surveys. (3) Have the ability to provide a minimum of two draftspersons employed on a full time basis, one with a minimum of five years CAD experience and the other with a minimum of one year experience. (4) Have the ability to provide one geotechnical professional with a minimum of five years experience in geological investigation and soil mechanics testing. (5) Have access to certified agronomic/range staff that can assist in the design and application of the waste nutrients on agriculture lands. (6) Have at least 5 years working experience in Montana agriculture waste and water quality laws. SELECTION CRITERIA: Firms 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 required. Evaluation will be based on the extent of directly related experience in performing engineering surveys and engineering designs of the types of projects described; specialized education at the university level, and all other applicable education, training, and certifications, and professional engineering licenses. Consideration will be given to those firms with knowledge of and direct experience in the application of the described requirements in animal manure and wastewater handling and storage projects in Montana, including knowledge of Montana's water quality laws. Evaluation will include experience, hydrologic and hydraulic design of animal waste systems, designing clay and flexible liners, and experience in the engineering survey and engineering design of NRCS animal manure and wastewater handling and storage projects. 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. (2) Professional qualifications necessary for satisfactory performance of required services. 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. (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 government agencies and the private sector in performing the requirements described; the quality and timeliness of performance under previous contracts. References with addresses and telephone numbers must be provided. (5) Location in the general geographic area and knowledge of the locality of the project. Evaluation will be based upon the firm's proximity to the State of Montana and experience performing work in locations with similar conditions. The above evaluation factors listed in their order of importance are factor 1 being most important and factors 2 and 5 being equally important. In addition to the above, respondents must demonstrate an ability to become certified Technical Service Providers in the categories of Animal Resident Management, Comprehensive Nutrient Management Plan (CNMP) Plan Approval, CNMP Planning and Assistance and Waste Utilization prior to contract award. Information about TSP certification is available at http://techreg.usda.gov/. Firms, which meet the requirements described in this announcement, are invited to submit four (4) copies each of a Standard Form 254 (Architect Engineer and Related Services Questionnaire), Standard Form 255 (Architect Engineer and Related Services Questionnaire for a Specific Project), 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 July 17, 2003. When submitting a response to this notice, indicate which Area(s) you would be interested in being considered for. Only those firms responding by the above due date will be considered for selection. This is not a Request for Proposal.
- Place of Performance
- Address: Montana
- Country: USA
- Country: USA
- Record
- SN00350316-W 20030620/030618213250 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |