Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2003 FBO #0568
SOLICITATION NOTICE

C -- Missouri River Pumps and Streambanks

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-03-11
 
Response Due
7/18/2003
 
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 along the Missouri River below Fort Peck Reservoir, within the Lower Missouri Natural Resource Area in Montana. A map of Montana including this area 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 engineering project task orders. The price of any single task order shall be at least $4,000 but shall not exceed $20,000. The maximum order amount for each contract period (base-year and each option-year) shall be $300,000. The guaranteed minimum task order shall be $4,000 for the basic period only. There shall be no guaranteed minimum for the option periods, if exercised. Engineering project task orders could include performance of any part or all operations necessary to perform irrigation and stream stabilization planning, engineering surveys, engineering designs and specification preparation, construction contract preparation, construction inspection and documentation requirements, and checkout required to move existing irrigation pump sites (including their associated fuel tanks), and pipelines out of the proposed flooded areas along the Missouri River below Fort Peck Reservoir, during the Corps of Engineers simulated spring rise called for in the Missouri River Management Plan. Task orders required may consist of, but are not limited to any part or all of the following activities: planning for irrigation pipeline and pump systems, stream and stream bank stabilization of final project sites, associated surveys for design, construction, and documentation of quantities, design, and preparation of drawings and specifications for associated pump sites, construction inspection for the associated stream bank stabilization, pipelines and pump sites, contract preparation, and documentation of construction quantities. The planning, design, construction inspection and documentation is necessary to move and relocate existing irrigation pumps, pump site retrofits, pipelines, earthwork, fuel tank relocation, and pump plant changes necessary to make the project sites environmentally safe. Various power sources for the pump sites will require analysis for the most economical alternative(s). Most project sites will require knowledge of stream dynamics and stream bank stabilization practices that are compatible to all local, state and federal laws and permitting agencies. Stream bank stabilization and ramp methods shall be environmentally friendly, but be stable for all river stage fluctuations and ice scour, associated with the annual Missouri River stream dynamics. Contractor shall have knowledge of planning, design, construction specifications, preparation of construction plans (drawings), preparation of cost estimates, quantity computation checks, and certifications, and the preparation of design folders. Construction activities will include construction inspection, checkout, and certification of quantities. The typical project could require knowledge and experience in all aspects of Pumping Plants, Irrigation Water Conveyance, Stream bank Stabilization and Wetland Enhancement surveying, engineering design, and quality assurance activities associated with these practices. Other practices may be necessary to complete an economic and environmental project. The firm will be required to perform engineering surveys, engineering design and construction activities in accordance with NRCS standards and certify that all surveys, designs and construction meets NRCS standards. Final design alternatives need to meet the NRCS EQIP Program requirements for funding. Final project(s) will also need to meet NRCS engineering standards, the appropriate NRCS Field Office Technical Guide, Manuals, Handbooks, Technical Releases, and the documentation requirements outlined in the Montana Supplement to the Engineering Field Handbook. All drawings shall be computer generated. Electronic copies and original hard copies are to be furnished to the 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 one engineer employed on a full time basis. The engineer must be a Registered Professional Engineer in the state of Montana and have a minimum of five years working experience in engineering surveys, engineering designs and construction inspection of pumping plants, irrigation water conveyance (pipeline), stream dynamics and stream bank stabilization of large rivers, and wetland enhancements. (2) Have the ability to provide a minimum of one surveyor/CET with a minimum of five years experience in engineering surveys and field data gathering. (3) Have the ability to provide one draftsperson/CET, with a minimum of five years CAD experience. (4) Have the ability to provide at least one geotechnical professional with a minimum of ten years experience in stream dynamics and the design of stream bank stabilization projects on large river systems that are environmentally friendly. (5) Have access to at least one biologist that is experienced in wetland enhancement and stream dynamics of large river systems. The biologist should have at least five years working experience in wetland enhancement, environmental assessments, and stream dynamics projects. The biologist and engineering staff will most likely have to prepare necessary environmental assessments (EA's) required for local, state and federal permits and to ensure that planning decisions reflect environmental values and to head off potential conflicts. (6) Have access to at least one Civil Engineering Technician (CET) that is experienced in construction inspection and documentation requirements. The CET shall have at least 5 years of construction inspection experience. 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, engineering designs and construction inspection of the types of projects described; specialized education at the university level, and all other applicable education, training, licenses and certifications. Consideration will be given to those firms with knowledge of and direct experience in the application of the described requirements in pumping plant, irrigation pipelines, and large river stream bank stabilization projects. Evaluation will include the firms experience, hydraulic design of irrigation pipelines, designing pumping plant capacities, and experience in the engineering survey and engineering design of NRCS irrigation systems, along with the necessary stream dynamics and stream bank stabilization required to complete the engineering project. 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 other government agencies and the private sector in performing the requirements described; the quality and timeliness of performance under previous contracts. References with telephone numbers and addresses 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 Irrigation (Water Conveyance), Irrigation System (Applications), Irrigation Water Management, Water Conveyance (Pipelines), Stream bank Stabilization and Wetlands 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: Missouri River below Fort Peck Reservoir, within the Lower Missouri Natural Resource Area in Montana
Country: USA
 
Record
SN00350320-W 20030620/030618213253 (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 |
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.