Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2004 FBO #0920
SOLICITATION NOTICE

C -- A&E Services -- Farm Bill

Notice Date
6/1/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Illinois State Office, 2118 West Park Court, Champaign, IL, 61821
 
ZIP Code
61821
 
Solicitation Number
NRCS-01-IL-04
 
Response Due
7/1/2004
 
Archive Date
7/16/2004
 
Point of Contact
Bernita Clark, Contract Specialist, Phone 217-353-6615, Fax 217-353-6677, - Gwinne Kindle, Contract Specialist, Phone 217-353-6612, Fax 217-353-6677,
 
E-Mail Address
bernita.clark@il.usda.gov, gwinne.kindle@il.usda.gov
 
Description
The Illinois Natural Resources Conservation Service announces a Request for Qualifications (RFQ) for Architect and Engineering firms interested in contracting for A-E services for design and construction, construction inspection of conservation practices, and other types of civil, and agricultural engineering services to be performed in Illinois. Brooks Act proceedures will be utilized for this procurement. This procurement is unrestricted and is therefore open to all businesses regardless of size. The primary North American Industrial Classification System Code (NAICS) is 54130. Firms will be selected for negotiation based on demonstrated competence 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 two to three Firm Fixed Price; Indefinite Delivery, Indefinite Quantity (IDIQ) type contracts resulting from this competition. The initial contract period will be for one year and the government may extend the contract to a maximum of five years by exercising each of four one-year renewal options. Work under each of the contracts will be subject to satisfactory negotiation of individual task orders. The minimum award of any single task order will be $5,000 but shall not exceed $50,000. The guaranteed minimum task order shall be $5,000 for the initial period only. There shall be no guaranteed minimum for the option periods, if exercised. The maximum order amount for each contract period (base-year and each option-year) shall be $500,000. The estimated contract award date is August 1, 2004. DESCRIPTION OF SERVICES REQUIRED: Engineering services may include but are not limited to engineering surveys, geological investigations, soil mechanics testing, engineering designs, and construction activities for various animal manure and wastewater handling and storage projects and other conservation practices associated with a Comprehensive Nutrient Management Plan (CNMP). Surveys required may consist of but are not limited to any part or all of the following activities: topographic surveys, design surveys, geotechnical surveys, construction layout surveys, construction quality assurance surveys and quantity surveys. Geological Investigations may consist of but are not limited to test boring storage site, test-boring material for embankment or soil liner construction, obtain soil samples and develop geologic sections for design. Soil mechanics testing may consist of but are not limited to soil classification and description, soil moisture/density relationship testing and permeability testing. 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, prepare operation and maintenance plan, prepare other system management plans and make certifications required for Notice of Intent to Construct to be filed with the Illinois Department of Agriculture, and prepare design folders. Construction activities will include construction layout, quality assurance inspection, development of final quantities, and project certification. The typical project could require knowledge and experience in all aspects of animal manure and wastewater volume estimations, nutrient application and management, rainfall runoff calculations, surveying, engineering design and quality assurance activities associated with the design and construction of waste storage ponds or lagoons, earth embankments, reinforced concrete structures, clay and flexible liners, wastewater conveyance pipelines, pumping systems, diversions, and sediment basins. Firms will be required to perform and document engineering surveys and engineering design activities in accordance with NRCS standards and certify that all surveys and designs meet NRCS standards. NRCS standards and documentation requirements can be found in the NRCS Field Office Technical Guide at www.il.nrcs.usda.gov and technical guidance can be found in the Agricultural Waste Management Field Handbook, Technical Releases, and other National Engineering Handbooks. All drawings will be computer generated in .dxf or .dwg format. Electronic text documents will be generated in MS word 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) The project manager must be a Registered Professional Engineer licensed in the state of Illinois. (2) Have a minimum of one engineer employed on a full time basis. At least one engineer must be a Registered Professional Engineer in the state of Illinois and have a minimum of five years experience in engineering surveys, engineering designs and construction of animal manure and wastewater handling and storage projects. (3) Associated with or have a minimum of one surveyor with a minimum of five years experience in engineering surveys. (4) Associated with or have a minimum of one draftspersons employed on a full time basis, with a minimum of one year CAD experience. (5) Associated with or have a minimum of one geotechnical professional with a minimum of five years experience in geological investigation and soil mechanics testing. SELECTION CRITERIA: See Note No. 24 for a general description of the A-E selection process. Selection of firms for negotiation shall be through an order of preference based upon demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required. All firms responding to this announcement who meet the pre-selection criteria will be evaluated and ranked using the following factors which are listed in their order of importance are factor 1 being most important and factors 2 through 5 being equally important: (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 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 animal manure and wastewater handling and storage projects in Illinois. 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 animal manure and wastewater handling and storage projects. Examples of work shall be documented for review, as well as a description of the type 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 must be provided. (5) Location in the general geographic area and knowledge of geographical site conditions. Evaluation will be based upon the firm?s proximity to the State of Illinois and experience performing work in locations with similar conditions. Firms must provide a customer reference list with addresses and telephone numbers, and bidding records (low bid vs. estimate) for all projects listed and related experience, and a project workload schedule showing proposed team members for the project period. Those firms that meet the requirements described in this announcement and wish to be considered must submit three (3) copies each of a Standard Form 330, Architect Engineer Qualifications, and any other information relative to the selection criteria to Bernita Clark, Contract Specialist, Natural Resources Conservation Service, 2118 West Park Court, Champaign, Illinois 61821. The SF 330 must 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 location. SF 330?s must be received no later than 4:30 p.m. on July 2, 2004. Only those firms responding by that time will be considered for selection. 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 an award of a Federal contract. For information regarding registration, contact the CCR website at www.ccr.gov. This is not a Request for Proposal. Any questions should be addressed to Bernita Clark via email @ bernita.clark@il.usda.gov.
 
Place of Performance
Address: Illinois
 
Record
SN00595129-W 20040603/040601211648 (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.