SOLICITATION NOTICE
F -- Comprehensive Nutrient Management Plans - Package
- Notice Date
- 10/28/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of Agriculture, Natural Resources Conservation Service, South Dakota State Office, Federal Building, Room 203, 200 4th Street, SW, Huron, South Dakota, 57350-2475
- ZIP Code
- 57350-2475
- Solicitation Number
- AG-6740-S-12-0001
- Archive Date
- 11/29/2011
- Point of Contact
- Andrea R. Kannegieter, Phone: 6053521237
- E-Mail Address
-
andrea.kannegieter@sd.usda.gov
(andrea.kannegieter@sd.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation Package This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation Subpart 13, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; proposals are being requested. Solicitation AG-6740-S-12-0001 is issued as a request for proposals (RFP's). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. The Federal Acquisition Regulations (FAR) and the Agriculture Acquisition Regulations (AGAR) clauses and provisions referenced in this solicitation can be found in full test at http://www.arnet.gov/far and http://www.da.usda.gov/procurement/policy/agar_x/agar04.pdf. The United States Department of Agriculture, Natural Resources Conservation Service (NRCS), South Dakota State Office intends to award a firm fixed price, indefinite delivery, indefinite quantity (IDIQ) contract to a small business source capable of providing comprehensive nutrient management plans as outlined in the Statement of Work included in this notice. The work shall consist of providing agronomic and related technical services to Environmental Quality Incentives Program (EQIP) clients to implement a Comprehensive Nutrient Management Plan (CNMP). This is to ensure that both agricultural production and natural resource protection goals are achieved and that all applicable local, state and federal rules are met. The phases of work to be performed are as follows: Phase I - Conceptual Plan and Project Feasibility Development; Phase II - Nutrient Management Plan Development; Phase III - Conservation Plan Development (Land Treatment Practices); and Phase IV - Recordkeeping and Nutrient Management Plan Implementation. This is a Total Small Business Set Aside. The applicable NAICS Code is 541690, with a business size standard of $7.0M. Work will be ordered on an "as needed" basis starting December 1, 2011 and running through November 30, 2016. The minimum amount to be ordered during the contract period is $1,000 with a maximum amount of $250,000. Task orders will be negotiated as firm fixed-price procurements for individual or clusters of phases as identified above. Firms will be evaluated based on the criteria listed in the Request for Proposal. All responsible sources may submit a proposal which shall be considered by the agency. PERIOD OF PERFORMANCE: The Development of Comprehensive Nutrient Management Plans services is being sought for a one year base period, with four one-year option periods. The minimum order amount is $1,000, with a contract ceiling of $50,000 each contract year. The maximum contract price over the five year period is $250,000. The provisions of FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Offerors must submit a completed copy of the provisions at FAR 52.212-3, Offerors Representations and Certifications - Commercial Items with their offer. In addition, the provisions of FAR 52.212-4 Contract Terms and Conditions - Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial items apply to this solicitation and are attached. EVALUATION PROCEDURES: The following factors shall be used to evaluate offers: In order for the Government to complete an equitable, independent and accurate assessment of each proposal, offers must submit proposals conforming to the contractor qualification described in the Statement of Work. Each proposal submitted will be reviewed before it is evaluated to confirm that the offer meets the pre-qualification criteria set forth below. If the offer does not meet the pre-qualification criteria by the time and date the proposals are due the offeror could be disqualified. If the offeror meets the pre-qualification criteria, then the technical proposal will be evaluated on the basis of the evaluation factors listed below. Evaluation factors are listed in order of importance with their relative evaluation values. Offeror's will be ranked according to their scores to determine the competitive range of the most highly rated proposals, with the highest score representing the most highly technically qualified offeror. Business/price proposals of the offeror's within the competitive range will then be evaluated to determine the offeror's responsibility and to determine if their proposed prices are realistic and reasonable. The Government may evaluate the price proposals without discussions, except for clarifications. Therefore, the offeror's initial price proposal should contain the offeror's best terms from a cost or price standpoint. Pre-Qualification Criteria: Proposals submitted will be reviewed to confirm that the offerors" 1. Meet the contractor qualifications required to develop a complete CNMP. This requires that the contractor or person who shall act for the contractor meets the NRCS certification requirements for each specific required CNMP element (described in the Statement of Work) and as Title 180 of the NRCS General Manual, Part 409 - Conservation Planning Policy. Refer to: http://policy.nrcs.usda.gov/scripts/lpsiis.dll/GM/GM_180_409.htm. • Phase I: Conceptual Plan and Project Feasibility Development • Phase II-Nutrient Management Plan Development • Phase III-Conservation Plan Development (Land Treatment Practices) • Phase IV-Recordkeeping and Nutrient Management Plan Implementation Technical Proposal Evaluations: 1. Technical Evaluation Factor 1 - Professional qualifications, specialized regional experience and technical competence in the type of work required. (Technical Evaluation Value - 30%) 2. Technical Evaluation Factor 2 - Sample CNMP. (Technical Evaluation Value - 20%) 3. Evaluation Factor 3 - Past Performance (Technical Evaluation Value - 20%) 4. Technical Evaluation Factor 4: Geographic Location (Technical Evaluation Value - 20%) 5. Evaluation Factor 5: Cost/Price (Evaluation Value - 10%) Technical and past performance, when combined, are more important than price. CENTRAL CONTRACTOR REGISTRATION: All contractors must be registered with the Central Contractor Registration (CCR) to be awarded a contract. You may register easily and quickly online at www.ccr.gov or 1-888-227-2423. The first step to registering is to obtain a Data Universal Numbering System (DUNS) number, which is a unique nine-character identification number provided by the commercial company Dun & Bradstreet (D&B). To request a DUNS number call D&B at the toll free number 1-866-705-5711 or register online at http://www.dnb.com/ccr/register.html. Obtaining a DUNS number through this process is free of charge. It is advised that you begin this process as soon as possible since it can take several days to complete. Failure to register by close of business on the third day after notification of possible award by the Contracting Officer, may cause rejection of your offer. Interested Contractors wishing to enter into a contract should reply in writing to the Contracting Officer listed below no later than November 14, 2011 at 2:00 p.m. Central Time. Offers should be addressed to the following: United States Department of Agriculture Natural Resources Conservation Service South Dakota State Office ATTN: Andrea Kannegeiter, Contract Specialist 200 Fourth Street Huron, SD 57350 Place the solicitation number in the upper left corner of the envelope. Offerors must submit the following to the address noted above: a. Provide Contractor Name, Address, Phone, Fax, and Email. b. Return the completed "Schedule" specifying pricing for the development of Comprehensive Nutrient Management Plans. c. Technical Proposal; d. Cost Proposal
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/SDSO/AG-6740-S-12-0001/listing.html)
- Place of Performance
- Address: 200 Fourth Street SW, Huron, South Dakota, 57350, United States
- Zip Code: 57350
- Zip Code: 57350
- Record
- SN02614425-W 20111030/111028233807-79890e7c0e589d729f23d25895370367 (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 |