MODIFICATION
C -- A&E services for planned/existing watershed structures including rehabilitation
- Notice Date
- 6/1/2005
- 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
- NRCSKY-AE-05-001
- Response Due
- 6/23/2005
- Archive Date
- 7/8/2005
- Description
- Statement of Work This is a solicitation of SF-330 for Indefinite Delivery Indefinite Quantity (IDIQ) A&E Services contract for work within the Commonwealth of Kentucky. The contract will include one base year with four option year periods possible. Work under this contract to be subject to satisfactory negotiation of individual task orders. The maximum order amount for this contract period (base year and each option year) shall be $1,000,000. The guaranteed minimum task order shall be $1,500 for the basic period only. There shall 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, structure assessments, structural and geotechnical investigations, and engineering designs for planned or existing watershed structures including rehabilitation and / or upgrade of watershed dams within Kentucky. Rehabilitation planning required may consist of but is not limited to any part or all of the following activities: assembling an experienced interdisciplinary staff necessary to develop a Supplemental Watershed Plan / Environmental Assessment or Environmental Impact Statement (Plan/EA or EIS). Federal policy, procedures and requirements to develop the Plan/EA or EIS are outlined in the USDA-NRCS, National Watershed Manual and the Economic and Environmental Principles and Guidelines for Water and Related Land Resources Implementation Studies. Agency planning requirements under the National Environmental Policy Act and the National Historic Preservation Act will also be followed. Firm will furnish all equipment, personnel and materials to perform the rehabilitation planning tasks. Surveys required may consist of, but are not limited to, any part or all of the following activities: topographic / planimetric surveys, design surveys, breach surveys, development of graphical representation of survey data collected, construction layout surveys, surveys for quantity computations, and sedimentation surveys. Site Investigation activities required may consist of, but are not limited to, any part or all of the following activities: geotechnical investigation, structural inspections and principal spillway pipe inspection. Design activities required may consist of, but are not limited to, any part or all of the following activities: design water resources project features, prepare construction specifications, prepare construction plans (drawings), prepare land rights work maps, prepare cost estimates, prepare bid schedules, quantity computation checks and certifications, and prepare design folders and reports. The typical project could require knowledge and experience in all aspects of surveying, investigations, engineering design and quality assurance activities associated with the design and construction of deep and shallow foundations (bearing capacity, consolidation, seepage, etc.), karst features, earth embankments, earthwork, reinforced concrete structures, water control gates, rock riprap placement, timber structures, steel structures, structural fabrication, timber, steel and concrete piling, sheet piling, channel bank stabilization measures, and structure relocation, flood-proofing, or foundation elevation. The firm will be required to perform engineering surveys and engineering design activities in accordance with NRCS standards and certify that all surveys and design meet NRCS standards. The firm will be required to perform structural and geotechnical investigations, prepare structural and geotechnical reports and interpretations, and accurately apply the data to the design of the project measures. The majority of design work will be civil. 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 Kentucky and have a minimum of ten years experience in engineering surveys and engineering designs of flood prevention and water resource projects. (2) Associated with or have a minimum of one surveyor with a minimum of ten years experience in engineering surveys for water resource projects. (3) Associated with or have a minimum of two draftspersons employed on a full time basis, on with a minimum of five years CAD experience and the other with a minimum of one year experience. SELECTION CRITERIA: Firms meeting the pre-selection criteria will be evaluated and ranked using the following selection criteria: (1) Professional qualifications necessary for satisfactory performance. Evaluation will be based upon the number of qualified personnel and their knowledge and level of experience associated with the requirement above, and their availability to perform work on this contract. (2) 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. Consideration will be given to those firms with knowledge of and direct experience in the application of the described requirements in dam construction and rehabilitation projects in Kentucky. Evaluation will include experience using SITES, HEC-RAS, TR66 (Breach Analysis), TR20 computer models, following TR60 guidelines, hydrologic and hydraulic design of complex watersheds, designing complex foundation and drainage features, and experience in the engineering survey and engineering design of NRCS / COE flood prevention, dam construction and water resource projects. Evaluation will include experience using economic analysis programs HEC-FDA, ECON2, or other programs as long as procedures are followed as outlined in Economic and Environmental Principles and Guidelines for Water and Related Land Resources Implementation Studies. Evaluation will include knowledge of requirements as set forth in Economic and Environmental Principles and Guidelines for Water and Related Land Resources Implementation Studies. Evaluation will include preparing NEPA related documents. Examples of work shall be documented for review, as well as a description of the type of work performed on SF-330?s. These work descriptions will be evaluated based on the documented complexity of work performed. (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, personnel location 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 timelines of performance under previous contracts. References with telephone numbers must be provided. The above evaluation factors listed in their order of importance, are (2) 40% being most important, factors (1) 20%, (3) 20%, and (4) 20% being equally important. Firms, which meet the requirements described in this announcement, are invited to submit 4 copies of a Standard Form 330, Architect-Engineer Qualifications for a Specific Project. Interested firms must submit their SF-330?s not later than June 23, 2005, 4 p.m. EST to the attention of the Contracting Officer. Only those firms responding by that time will be considered for selection. After an initial evaluation, which takes approximately 15 days, the most highly rated firm will be selected for discussion. Only one IDIQ contract will be awarded. This is not a Request for Proposal. Any questions should be addressed to the Contracting Officer. SOW amended June 1, 2005. Changes include: the requirement for an office within a 200 mile radius of Lexington, KY has been removed. Rehabilitation planning has been added.
- Place of Performance
- Address: Commonwealth of Kentucky
- Country: United States
- Country: United States
- Record
- SN00819104-W 20050603/050601211849 (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 |