Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 18, 2009 FBO #2610
SOLICITATION NOTICE

C -- Enigneering Service for Conservation Practices in Nevada

Notice Date
1/16/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Nevada State Office, 1365 Corporate Blvd., Reno, Nevada, 89502
 
ZIP Code
89502
 
Solicitation Number
NRCS-1-NV-09
 
Archive Date
3/5/2009
 
Point of Contact
Maggie Liebel,, Phone: 775-857 8500, Ext. 111
 
E-Mail Address
maggie.liebel@nv.usda.gov
 
Small Business Set-Aside
N/A
 
Description
The USDA Natural Resources Conservation Service (NRCS) in Nevada announces a Request for Qualifications (RFQ) for Architect and Engineering (A&E) firms interested in contracting for A&E Services for design of conservation practices and other types of civil, agricultural and or environmental engineering services required to design and install conservation practices. This procurement will be evaluated using Brooks Act procedures. 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. 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 conservation practices at various locations in Nevada. Construction activities will include layout, construction inspection, checkout, and certification. A&E services are required to provide solutions to natural resource problems including but not limited to design and inspection of the following CONSERVATION PRACTICES: Pumping Plants, Irrigation Pipelines, Irrigation Sprinkler Systems, Irrigation Surface Systems, Irrigation Diversions, Water Control Structures, Irrigation Regulating Reservoirs, Irrigation Storage Reservoirs, Irrigation Water Conveyance, Spring Development, Stock Watering Facilities, Stock Water pipelines, and Wells. The government contemplates the award of one Firm Fixed-Price Indefinite Delivery, Indefinite Quantify (IDIQ) type contracts resulting from this competition. The initial contract period will be for the base year which will be from the date of contract award. It is anticipated that four option years will be included in the contract. The government, at its option, may extend the contract to a maximum of five years by exercising each of the four one year renewal options. Work under each of the contracts will be subject to satisfactory negotiation of individual task orders. The price of any single task order shall be at least $3,000.00 but shall not exceed $150,000.00 The maximum order amount for contract period (base year and each option year) shall not exceed $1,000,000.00. The guaranteed minimum task order value shall be $3,000.00 for the base year only. There is no guaranteed minimum for the option periods, if exercised. Task Orders will be negotiated as firm fixed-price procurements for individual or clusters or conservation practices. Engineering Services are required to perform all phases of investigation, design, and construction of conservation practices. Services requested may require performing field investigations, engineering surveys, geologic and soils investigations, design (including hydrology, hydraulics, soils mechanics, structural, etc.), preparation of engineering plans and construction specifications, construction layout, and certification of completed practices in accordance with NRCS standards, specifications, policy, handbooks, and documentation requirements. Applicable references include, but are not limited to, Section IV of the Field Office Technical Guide, National Engineering Handbook Series, the Engineering Field Handbook, Irrigation Guide, National Engineering Manual and Nevada supplements to the referenced documents. These materials are available for review in the NRCS State Engineer’s office at 1365 Corporate Blvd., Reno, NV 89502. Service may involve direct consultation, supervision and inspection of construction for 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, geo-technical, and soil mechanics engineering. Reponses 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. All design drawings will be submitted using AutoCAD (version 2005 or later). The estimated construction cost of the proposed Individual construction projects will typically be between $3,000.00 and $350,000.00 All designs and drawings must be sealed by a Nevada Licensed Civil Engineer. PRESELECTION CRITERIA. The project manager must be a Licensed Professional Civil Engineer in the State of Nevada and must have direct experience with the design and implementation of at least five of the conservation practices listed above. Those firms that meet the requirements described and wish to be considered must submit three copies of a form SF330 Architect and Engineer Qualifications to Maggie Liebel, Contract Specialist, Natural Resources Conservation Service, 1365 Corporate Blvd., Reno, NV 89502. The forms must be received in this office no later than February 18, 2009,3:00 PM Pacific Standard time. The SF 330 Architect and Engineer Qualifications 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. 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 CRITERIA. 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 will be evaluated on the following factors which are shown in descending order of importance. 1) Professional qualifications necessary for satisfactory performance of required services. Professional design capabilities including specialized experience and technical competence including soil mechanics, hydrology, surveying, structural design, and others required. 2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in pipelines, irrigation systems, diversions, reservoirs, and water control structures. 3) Capacity to accomplish the work in the required time; 4) Past performance on contracts with Government agencies and private industry in term of cost control, quality of work, and compliance with performance schedules; 5) Location in the general geographical area of the project and knowledge of the locality of project including knowledge of specific natural resource concerns or conditions that affect conservation practice design in that locality; provided, that the application of the criterion leaves an appropriate number of qualified firms, given the nature and size of the project; and 6) Familiarity with the type or work done by Natural Resources Conservation Service. 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. 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 Web Site at www.ccr.gov. This is NOT a Request for Proposals. Original Point of Contact Maggie Liebel, Contract Specialist, Phone (775) 857-8500 X 111
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a1b494c1cbda55114b92969856e80a92&tab=core&_cview=1)
 
Place of Performance
Address: USDA Natural Resources Conservation Service, 1365 Corporate Boulevard, Reno, Nevada, 89502, United States
Zip Code: 89502
 
Record
SN01733784-W 20090118/090116215011-a1b494c1cbda55114b92969856e80a92 (fbodaily.com)
 
Source
FedBizOpps 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.