MODIFICATION
C -- A&E Services for Preparing, Designing, & Implementation of Animal Waste Storage (Solids Staking) Facilities in Kentucky
- Notice Date
- 8/27/2004
- Notice Type
- Modification
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Agriculture, Natural Resources Conservation Service, Kentucky State Office, 771 Corporate Drive, Suite 210, Lexington, KY, 40503-5479
- ZIP Code
- 40503-5479
- Solicitation Number
- NRCS-33-KY-04
- Response Due
- 9/27/2004
- Archive Date
- 10/12/2004
- Point of Contact
- Linda Fryman, Contracting Officer, Phone 859-224-7402, Fax 859-224-7393, - Connie McKinney, Contract Specialist, Phone 859-224-7395, Fax 859-224-7393,
- E-Mail Address
-
linda.fryman@ky.usda.gov, connie.mckinney@ky.nrcs.usda.gov
- Description
- This request for qualifications has been amended to include A&E services for nutrient management plans. The Natural Resources Conservation Service, Kentucky announces a Request for Qualifications (RFQ) for Architect and Engineering firms interested in contracting for A&E Services for design of animal waste management systems and other types of civil, agricultural, and or environmental engineering services required as part of an animal waste management system. Engineering services are required for the preparation of plans, specifications, cost estimates, related studies, and all associated engineering services for the planning, design and construction of animal waste management systems in various locations in Kentucky. Construction activities will include construction inspection, checkout, and certification. The services requested will be performed in three work zones in Kentucky. The counties included in each work zone are: Zone One ? Allen, Ballard, Barren, Butler, Caldwell, Calloway, Carlisle, Christian, Crittenden, Daviess, Edmondson, Fulton, Graves, Hancock, Hart, Hickman, Henderson, Hopkins, Livingston, Logan, Lyon, Marshall, McLean, McCracken, Metcalfe, Monroe, Muhlenberg, Ohio, Simpson, Trigg, Todd, Union, Warren and Webster. Zone Two ? Adair, Anderson, Boone, Boyle, Breckinridge, Bullitt, Franklin, Casey, Campbell, Carroll, Clark, Clinton, Cumberland, Fayette, Franklin, Gallatin, Garrard, Grant, Green, Hardin, Henry, Jefferson, Jessamine, Kenton, LaRue, Lincoln, Madison, Marion, McCreary, Meade, Mercer, Nelson, Oldham, Owen, Pulaski, Russell, Scott, Shelby, Spencer, Taylor, Trimble, Washington, Wayne and Woodford. Zone Three ? Bath, Bell, Bracken, Bourbon, Boyd, Breathitt, Carter, Clay, Estill, Elliott, Fleming, Floyd, Greenup, Harlan, Harrison, Jackson, Johnson, Knott, Knox, Laurel, Lawrence, Lee, Leslie, Letcher, Lewis, Magoffin, Martin, Mason, Menifee, Montgomery, Morgan, Nicholas, Owsley, Pendleton, Pike, Perry, Powell, Robertson, Rockcastle, Rowan, Whitley and Wolfe. 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 small business size standard of $4 million in average annual receipts over the prievious three fiscal years. The government contemplates the award of Firm-Fixed Price; Indefinite Delivery, Indefinite Quantity (IDIQ) type contracts resulting from this competition. The government may award one contract and reserves the right to award multiple contracts. Work under each of the contracts will be subject to satisfactory negotiation of individual task orders. The initial contract period of each contract will be for one year and the government may, at its option, extend the contract for four one-year option periods. Contract periods will not exceed five years. Contracts may be negotiated and awarded up to one year after completion of the selection process. The firms selected are guaranteed a minimum of $3,000 in fees for the base year. There are no guaranteed minimums for options period, if exercised. The amount awarded in fees for each year of the contract (base year and each option year, if exercised) will not exceed a maximum of $250,000.00. Task Orders are expected to include civil, agricultural, and or environmental engineering services and other services needed to design and implement elements of a Comprehensive Nutrient Management Plan (CNMP). Engineering services are required to perform all phases of preliminary investigation, design, and construction supervision of animal manure and wastewater handling and storage facilities and other conservation practices required to implement a CNMP. Services requested may require performing (1) field investigations; (2) engineering surveys; (3) geologic and soils investigations, (4) design and preparation of engineering plans and construction specifications, (5) development and submittal of all required permits information, (6) construction layout and inspection, and (7) the certification of completed practices. . All services will be performed in accordance with NRCS standards, specifications, policy, handbooks and documentation requirements as set forth in Section IV of the Field Office Technical Guide, National Engineering Handbook, Agricultural Waste Management Field Handbook, Engineering Field Handbook, National Engineering Manual, and Kentucky supplements to the referenced handbooks. Services also include preparation of the nutrient management component of a CNMP using NRCS approved procedures. These open-ended contracts could include design for repair and replacement of existing systems and review of services performed by others. Services may involve direct consultation, supervision and inspection of construction for a specific project, including reviews and approvals of shop drawings, material selections, quality control testing such as those associated with concrete placement and earth fill compaction. Responses should include proposed sub-consultants for all disciplines including civil, agricultural, environmental, and geotechnical engineering, and nutrient management planning and application. Responses should also include the qualifications of personnel and description of facilities, materials, equipment and services to perform the type of tasks described by this notice. The preparation of construction and design documents shall be in electronic format and with approved NRCS computer software. All design drawings will be submitted using AutoCAD Version 2000 or later or other similar CAD software that is directly convertible to AutoCAD. Task orders will be awarded for primarily for small projects for which the cost of construction is expected to range between $15,000.00 and $80,000.00. Each task order will be awarded as a firm fixed-price contract based upon the successful negotiation of the firm?s cost proposal and time for completion of the services requested. PRESELECTION CRITERIA: Project Manager must be a Registered Professional Agricultural, Environmental, and/or Civil Engineer licensed in the State of Kentucky with at least five years experience and must provide direct supervision of all task orders. He/she must have direct experience with animal waste management systems that includes the production, collection, storage, treatment, transfer, and utilization of animal waste. Those firms that meet the requirements described and wish to be considered must submit and SF330 (forms SF254 and SF255 may be submitted in lieu of a SF330) to Linda Fryman, Contracting Officer, Natural Resources Conservation Service, 771 Corporate Drive, Suite 210, Lexington, KY 40503. Submittals must be received in this office no later than 4:00 p.m. on September 27, 2004. The SF330 (or forms SF254 and SF255) must clearly indicate the office location where the work will be performed and the qualifications of the individuals and subcontractors proposed to perform work under the contract and their geographical locations. Firms should also indicate each Work Zone for which they wish to be considered for contract award. 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. Selection of firms for negotiation shall be through and order of preference based upon demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required. SELECTION CRITERIA: All firms responding to this announcement will be evaluated on the following factors which are shown is descending order of importance. 1. Professional capabilities; 2. Specialized experience and technical competence, including soil mechanics, hydrology, hydraulics, surveying, structure design, construction oversight, nutrient management, and other as required; 3. Capacity to accomplish work in the required time considering current contract work orders and services being provided to other clients; 4. Past performance on contracts with respect to cost control, quality of work, and compliance with performance schedules; 5. Quality control experience; 6. Geographical location in relation to the work assignment and knowledge of the locality of the project, provided that the application of the criterion leaves an appropriate number of qualified firms, given the nature and size of the project; and 7. Experience with NRCS standards and specifications. Firms must provide a customer reference list with addresses and telephone numbers, and bidding records (low bid vs. estimate) for all projects listed as related experience, and a project workload schedule showing proposed team members for the project period. This is NOT a Request for Proposal.
- Place of Performance
- Address: USDA-NRCS, 771 Corporate Drive, Suite 210, Lexington, KY
- Zip Code: 40503
- Country: US
- Zip Code: 40503
- Record
- SN00658893-W 20040829/040828100430 (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 |