SOLICITATION NOTICE
C -- A&E Services for Rehabilitation Planning of Oklahoma Watershed Flood Control Projects, IDIQ
- Notice Date
- 11/10/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Agriculture, Natural Resources Conservation Service, Oklahoma State Office, 100 USDA, Suite 206, Stillwater, OK, 74074-2655
- ZIP Code
- 74074-2655
- Solicitation Number
- NRCS-1-OK-06
- Response Due
- 12/29/2005
- Archive Date
- 1/13/2006
- Description
- DESCRIPTION: The Natural Resources Conservation Service, Oklahoma State Office, announces a request for SF 330 (Architect and Engineering Qualifications) for Indefinite Delivery Indefinite Quantity (IDIQ) A&E services for rehabilitation planning services of watershed flood control projects in the State of Oklahoma. The contract will include one base year and three option years. Work under this contract will be subject to satisfactory negotiation of individual task orders. The price of any single task order shall be at least $5,000, but shall not exceed $1,000,000. The maximum task order amount for each contract period (base year and each option year) shall be $1,000,000. Task orders could include the performance of any part of the rehabilitation planning process and Supplemental Watershed Plan/Environmental Evaluation (EE) preparation. The estimated price range for a task order covering all services required for the completion of a rehabilitation planning project is $225,000 to $1,000,000. This procurement is unrestricted and is open to all businesses regardless of size. The primary North American Industrial Classification System Code (NAICS) is 541330. The required work under this contract may include all or any part of planning and plan development, which may include surveys and geological investigations: PLANNING and DEVELOPMENT of supplemental watershed agreements and plan EE for the rehabilitation of aging flood control dams will be performed according to Oklahoma NRCS planning policy. All work will be conducted by an interdisciplinary planning team of technical specialists, which will include at a minimum, a planning team leader, planning engineer, hydrologist, economist, biologist, geologist, and archaeologist. SURVEYS will include, but may not be limited to, reservoir sediment surveys, topographic storage surveys (detailed survey of existing dam embankment and auxiliary spillway), and downstream profiles with cross sections for breach inundation mapping. The contractor will employ a registered professional land surveyor in the State of Oklahoma to supervise all surveying work. GEOLOGICAL INVESTIGATIONS, although not typically conducted during rehabilitation planning, may be required and would include laboratory soils analysis, testing, and reporting. All work by a drilling subcontractor will be field supervised by a professional engineering geologist. All work shall be performed in accordance with NRCS standards, specifications, policy, handbooks, procedures, Oklahoma supplements to the referenced documents, and the rules and regulations of the State of Oklahoma. TIMEFRAME FOR PROJECT COMPLETION. Rehabilitation planning in Oklahoma is conducted under the umbrella of a statewide Environmental Impact Statement for rehabilitation of aging watershed dams. The Oklahoma NRCS has developed a streamlined planning process and plan format specifically for rehabilitation. As a result, planning time has been drastically reduced. The contractor will be expected to produce a draft supplemental watershed agreement and plan EE in 120 days. The draft document will then undergo technical peer review by the NRCS Water Resources Staff, the State Office (SO) Engineering Design Staff, and the NRCS National Water Management Center in Little Rock, Arkansas. All technical reviews take 3 to 5 months. A rehabilitation planning project should be completed in 7 to 9 months. PROJECT OVERSIGHT. NRCS will provide technical oversight on all phases of the rehabilitation planning project from surveys, to geological investigations, to planning and final supplemental plan preparation. CONTRACT PERIOD. The Government contemplates making a single award to a firm using a firm and fixed price delivery/task order type contract. The period of performance for the base year will run from contract award through September 30, 2006. The government may, at its option, extend the contract up to three additional years by exercising each of the three single year renewal options. Task orders will be negotiated as firm and fixed price procurements. PAYMENT FOR WORK. Payment will be made for services upon acceptable completion of each phase of work as outlined below. Acceptable completion is defined as work that has progressed to a point that after review by NRCS, is determined sufficient to support advancement to the next phase of the project. PLANNING: Payment will be made in increments of not less than ten percent (10%) of total task order completed. Final payment will be made upon the successful completion of a final supplemental watershed plan EE and receipt of all supporting data in proper file format. SURVEYS: Payment will be made for 100 percent (100%) of the task order fee for surveys after acceptable completion of all surveys and data processing. GEOLOGICAL INVESTIGATIONS (if required): 1) 100 percent (100%) of the task order fee covering field investigations and data processing after acceptable completion of all work, and 2) 100 percent (100%) of the task order fee covering laboratory soils analysis, testing, and reporting after acceptable soils mechanics report has been received. OWNERSHIP OF DOCUMENTS. The NRCS acknowledges that the supporting data, documents, and preliminary designs generated by the Contractor are instruments of professional service. However, all documents, including survey data, geological investigation data and lab reports, resource inventory data, engineering, hydraulic, hydrologic, and economic model outputs, drawings, maps, estimates, and all other data used in the preparation of the supplemental watershed plan EE are the property of the NRCS. Supporting data will be organized and filed by discipline. Electronic data will be provided to NRCS on a CD and indexed with a brief description of each file. Firms will be selected using the following preselection and selection criteria: PRESELECTION CRITERIA. Firms must meet the following preselection criteria in order to be considered for further evaluation and ranking: 1) Have at a minimum an interdisciplinary planning staff composed of a planning team leader, planning engineer, hydrologist, economist, biologist, geologist, and archaeologist; 2) Subcontractor will have a minimum of two in house surveyors employed on a full time basis with a minimum of ten years experience; 3) Subcontractor will have a minimum of one land surveyor registered as a Professional Land Surveyor in the State of Oklahoma with a minimum of ten years experience; 4) Subcontractor will have demonstrated experience and technical competence in survey work required; 5) Subcontractor will have a professional engineering geologist employed on a full time basis with a minimum of three years experience in geologic investigation of dam sites and a degree in geology from accredited university; 6) Subcontractor will have a three member drill crew composed of a head driller and two driller helpers with experience in earthen dam investigations; and 7) Subcontractor will have demonstrated experience and technical competence in the geological investigation work required. SELECTION CRITERIA. Firms meeting the preselection criteria will be evaluated and ranked using the following weighted criteria: 1) Response to each work item (Planning, Survey, and Geological Investigations) demonstrates an understanding of the purpose of the work to be accomplished and includes appropriate information, techniques, and approaches (20 points); 2) Capacity of organization to accomplish the work considering other ongoing projects (20 points); 3) Previous experience with federal government dam rehabilitation planning contracts (20 points); and 4) Planning experience of personnel demonstrates the firm?s ability to complete a federal dam rehabilitation planning project (40 points). SUBMISSION. Interested firms that meet the criteria outlined above are invited to submit four (4) copies of the SF 330, including any other information relative to the reselection and selection criteria AND one (1) example of a Supplemental Watershed Plan/Environmental Evaluation for the Rehabilitation of Aging Flood Control Dams to USDA, NRCS, Oklahoma State Office, 100 USDA, Suite 206, Stillwater, OK 74074, Attn: Lisa Kraft, Contracting Specialist. The deadline to submit the SF 330 for this invitation is DECEMBER 29, 2005 by 4:30 p.m. CST. The Government reserves the right to negotiate and award a contract for this solicitation up to one year from the receipt date of the SF 330. THIS IS NOT A REQUEST FOR PROPOSALS. All contractors are required to register in Central Contractor Registration (CCR) prior to being awarded a contract by NRCS. The CCR database is the primary Government repository for contractor information required to conduct business with the Federal Government. Please note NRCS cannot award a contract to a firm not registered in CCR. There are 2 steps to register: 1) Obtain a DUNS number by calling Dun and Bradstreet at 866.705.7511, and 2) Register in CCR. The preferred method for registration is via the World Wide Web at http://www.ccr.gov. The CCR Handbook and a registration template are located at that site, under the tab title CCR Handbook. Registration assistance, including a paper copy of the registration forms, may be obtained from the CCR Customer Assistance at toll free 888.227.2423, commercial 269.061.5737, or by email to ccr@dlis.dla.mil. Effective January 2005, offerors must complete the annual representations and certifications online at http://orca.bpn.gov (FAR 52.204.8).
- Place of Performance
- Address: State of Oklahoma
- Record
- SN00930297-W 20051112/051110211744 (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 |