SOLICITATION NOTICE
C -- HydroFluvial Engineering Services IDIQ
- Notice Date
- 5/21/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Agriculture, Forest Service, R-5 IBET Province, Tahoe N.F., 631 Coyote Street, Nevada City, California, 95959-2250
- ZIP Code
- 95959-2250
- Solicitation Number
- AG-9A63-S-09-0070
- Archive Date
- 8/31/2009
- Point of Contact
- Matthew Gagnon, Phone: 530-478-6826, Wanda Landenberger, Phone: 530-478-6134
- E-Mail Address
-
matthewgagnon@fs.fed.us, wlandenberger@fs.fed.us
(matthewgagnon@fs.fed.us, wlandenberger@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- This solicitation is a 100% set-aside for small business concerns. The small business size standard classification is NAICS 541330; (Size Standard is $4.5M in annual receipts). The Forest Service anticipates one Indefinite Delivery Indefinite Quantity (IDIQ) contract for Architect -Engineer services for this requirement to be procured in accordance with the Brooks A-E Act as implemented in Federal Acquisition Regulation (FAR) Subpart 36.6. Architect-Engineering Services are required for Engineering, Planning, and Design for various project types at locations within the Lake Tahoe Basin Management Unit (LTBMU).The selected company shall perform all professional and technical services necessary as specified on the Individual Task Orders. Professional and technical services shall include all labor, materials, equipment, and facilities, as required to provide the expertise necessary to successfully implement the type of projects and tasks specified below. The project goal is the restoration and perpetuation of desired stream-meadow physical and biological processes in the Lake Tahoe Basin Management Unit. COMPONENTS OF THE FLUVIAL-HYDRO GEOMORPHIC SERVICES SHOULD INCLUDE BUT ARE NOT LIMITED TO: Fit-in-the-field plan and specification application. The consulting team must possess the ability to mesh a set of engineering plans and specifications to fine scale variations that typical occur in a meadow-stream environment. Application of current restoration technologies. The consulting is expected to exchange information and ideas regarding new and innovative construction techniques, as well as how they apply to current fluvial geomorphic and restoration theory. Our goal is make fine scale changes to the engineering plans if desired, while staying within spec, if new and innovative stream restoration techniques come on line prior to or during implementation. Implementation timing & BMP Applications. The consulting team must be able to work with the water protection arm of the Restoration team to apply, and fit-in-the-field when needed, water quality protection measures called out on the plans and specifications in a cost effective and efficient manner. This requires a flexible time schedule to be on call if needed during the July 15 thru October 15 implementation period. COMPONENTS OF THE ENGINEERING SERVICES SHOULD INCLUDE BUT ARE NOT LIMITED TO: Survey Staking and Plan Layout. The consulting team must be able to work with the project engineer to obtain the appropriate survey data for staking and layout of this type of project. Typically, the consultant is expected to layout features such channel centerline, transitions points between geomorphic features, and layout of material storage and borrow areas. Coordination with Project Engineers. The team is required to work with the project manager and design engineer of record should there be significant changes to the engineering plan set because of unforeseen field conditions or changes in watershed condition (fires, floods, etc.) that can occur during implementation. As built surveys. Conduct survey of as-built conditions to verify that the project is constructed within tolerances shown on the plans and specifications. The contract will be a Firm Fixed Price Indefinite Quantity type contract; the work will be ordered on an as-needed basis during the life of the contract. The contract period is one base year with two one-year options for the complete services described above. The total contract value will not exceed $1,000,000 for the entire contract term (including options if implemented). A minimum guarantee of $10,000 is payable once over the life of the contract and will be fulfilled with the issuance of the first task order. The options may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government subject to workload and/or satisfaction of the A/E performance under the subject contract. There will be no dollar limit per task order and no dollar limit per year however the total of all awards shall not exceed the contract amount maximum of $1,000,000. Estimated magnitude of each construction project may be between $5,000.00 and $500,000.00 although smaller and larger projects may be included. Selection evaluation criteria are as follows: (1) Qualifications: Technical qualifications of the individual design team members assigned to perform designs of the types of projects listed above during the life of the contract. Technical qualifications of the design team members to design incidental architectural, civil, structural, and environmental engineering work. (2) Experience: (a) Recent experience, within the last three years, of the individuals assigned to the design team to design the types of projects listed above and associated architectural / civil / structural / environmental fields typical of the USDA Forest Service projects similar in scope and size to the work described herein. Also discuss the experience with environmental agencies within the Lake Tahoe region and the understanding of the specialized local requirements. (3) Capacity and Current Workload: Capacity to accomplish various projects concurrently in the required time. Provide information about the branch office(s) and if any of the branch office(s) will be used to design various projects concurrently. List the qualifications and experiences of these individuals in selection criteria (1) and (2). List current workload of the firm and the individuals assigned to do the work. (4) Past Performance: Past performance with Government agencies and private industries for projects with a completion date in the past 3 years in terms of quality of work, compliance with performance schedules, response time to resolve problems due to unforeseen conditions and design errors and omissions and cost control. (5) Quality Control Program: Quality control and bid document coordination methods used during design. (6) Firm's Geographical Location: Firms will be evaluated on their accessibility to the Lake Tahoe Basin Management Unit and their demonstrated ability to respond to the demands of this contract in a timely manner. Include a summary of qualifications in narrative discussion addressing each of the above selection criteria on the SF 330, Part 1, Section H. If necessary, continue on plain bond paper. All contractors are advised that registration in the Central Contractor Registration (CCR) Database is required prior to award of a contract, refer to FAR 52.204-7 Central Contractor Registration (APR 2008). Failure to register in the CCR Database may render your firm ineligible for award. For more information, check the CCR Website at http://www.ccr.gov. The Federal Acquisition Regulations (FAR) requires the use of On-Line Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. Offerors are required to complete the ORCA on-line via website http://orca.bpn.gov. Refer to FAR 52.204-8 Annual Representations and Certifications (FEB 2009). FAR Clause 52.214-34, Submission of Offers in the English Language is incorporated by reference. Address all responses to: Consultants to the prime A-E firm are required to submit only Part II of the SF 330. This solicitation requires all interested firms to have an email address. Notifications will be via e-mail, therefore, an e-mail address must be shown on the SF 330, Part 1, Section B8. A-E firms meeting the requirements described in this announcement are invited to submit a completed Standard Form 330, Architect Engineer Qualifications. (Note: SF 254 & SF 255 have been discontinued and will no longer be accepted.) Firms responding to this advertisement are requested to submit two copies of your SF 330: Limit your proposal to no more than 25 pages total. Facsimile and electronic mail submittals will not be accepted. Late responses will be handled in accordance with FAR 52.215-1. Inquiries concerning this project should include synopsis number and title and be made to Matthew Gagnon via telephone at (530) 478-6826 or email at matthewgagnon@fs.fed.us. This is not a request for a proposal. Qualifications should be sent NLT 2:00 PM PST (Local) June 22, 2009.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/9A63/AG-9A63-S-09-0070/listing.html)
- Place of Performance
- Address: Lake Tahoe Basin Management Unit, Lake Tahoe, California, 96150, United States
- Zip Code: 96150
- Zip Code: 96150
- Record
- SN01824683-W 20090523/090521235216-ed92492db65b4dbc31e0509645a921da (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 |