SOLICITATION NOTICE
C -- Nationwide IDIIQ Architect and Engineering (A-E) Services
- Notice Date
- 1/6/2012
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Agriculture, Natural Resources Conservation Service, Louisiana State Office, 3737 Government Street, Alexandria, Louisiana, 71302
- ZIP Code
- 71302
- Solicitation Number
- AG-3A75-S-12-0006
- Point of Contact
- Ralph E Broome, Phone: 318-473-7781, Ralph E Broome, Phone: 318-473-7781
- E-Mail Address
-
ralph.broome@la.usda.gov, ralph.broome@la.usda.gov
(ralph.broome@la.usda.gov, ralph.broome@la.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- The USDA, Natural Resources Conservation Service (NRCS) is requesting professional qualification statements (SF-330s) from qualified firms for architect and engineering (A&E) and construction management services for: dam assessments; design, design review, and/or construction management of new or rehabilitated dam or other water resource related projects; boundary land surveys; and technical document development. NRCS anticipates making multiple awards of up to six (6) each Indefinite Delivery Indefinite Quantity (IDIQ) contracts. Contracts will include one base and four option periods (5 year maximum). This procurement is being competed on an unrestricted basis. Work requirements will be awarded through individual fixed-price task orders. Award of task orders will be based on performance and quality of deliverables under the current contract, current capacity to accomplish the task order in the required time, previous experience, uniquely specialized experience, type of services required, geographic location, customer satisfaction, and performance and quality of deliverables under the current IDQ contract. All awardees will be provided fair opportunity to be considered for each task order award. Maximum task order award amount will not exceed $10 Million. Each contract shall have a maximum contract value of $10 Million and a minimum contract value of $25,000. Projects may be located in any of the 48 contiguous states, Alaska, Hawaii, Caribbean Area (Puerto Rico and US Virgin Islands) and Pacific Basin Area (Guam, American Samoa, Micronesia, Palau, Mariana Islands, Marshal Islands). Completion of task orders must be performed by engineers licensed to practice in the state or territory where the project is located. The offeror will be required to provide documentation that supports their capability to provide these services. More than one Task Order may be issued concurrently. PROJECT INFORMATION: There are six primary tasks under this contract: dam assessments; designs, design reviews, construction management, boundary legal surveys, and updating NRCS technical materials or developing new technical materials. Tasks related to design, design review and construction management will involve dams, soil and/or water resource related structures and Environmental Incentive Program practices. Responses should include proposed sub-consultants for all disciplines including civil, structural, agricultural, hydraulic, hydrologic, environmental, and geotechnical engineering, geology, landscape architect, and construction management. DAM ASSESSMENT work may include obtaining and reviewing existing data, site visit, breach analysis including developing a breach inundation map for the existing dam, failure and risk index computations, determination of potential conceptual rehabilitation alternatives that meet current NRCS national and state standards and estimated cost ranges for each alternative based on recent awards for similar types of work and engineering judgment including cost of removal of the at-risk structures within the breach inundation area to the extent that removal is a practical alternative. A final assessment report will be required for each dam assessed and signed by a licensed professional engineer registered in the state where the dam is located. DESIGN work may include such tasks as surveys (ground, aerial, and LIDAR), engineering investigations, reports, designs, construction plans and specifications, cost estimates, and engineering support during construction for new floodwater retarding, grade stabilization and multi-purpose dams, rehabilitation of existing dam structures, design and/or rehabilitation of other soil and water resource related structures, water management related practices, stream, flooplain, and wetland restoration related practices, design conservation or renewable energy systems, design pollution control and prevention plans (ex. Spill Prevention, Control, and Countermeasure (SPCC) plan development) and other practices contained in the NRCS National Handbook of Conservation Practices. A typical project could require knowledge and experience in hydrology, surveying, engineering design, geology, site investigation, soil mechanics, hydraulic engineering, structural, water management engineering. DESIGN REVIEW may include work such as independent design reviews for major water resource projects and any projects from a design task order under this contract. Designs to be reviewed are typically prepared by NRCS staff, and/or consulting engineering staffs. CONSTRUCTION MANAGEMENT tasks may include constructability design review, value engineering management, construction inspections and tests oversight, records drawings, and construction management services for construction or rehabilitation of flood control and water retention dams and other watershed structures located anywhere within the United States. The work may involve the following disciplines: Structural, Civil, Geotechnical, Hydraulic, and Environmental Engineering, Engineering Technicians (Inspection) and Construction Management. Construction management services may include survey, contract document preparation including documentation of daily activities and maintenance of as-built drawings and specifications, on-site inspections, materials testing, quality assurance, monitoring of pollution control compliance activities, submittal and request for information management, cost estimating, scheduling, safety, progress monitoring, payroll, claims management, etc. The typical construction management project could include earth embankments, roller compacted concrete structures, earthwork, reinforced concrete structures, automated and manual water control gates, rock riprap placement, timber structures, steel structures and structural fabrication, timber, steel and concrete piling, sheet piling, gabion baskets, pipe conduits (concrete, steel or metal, or plastic) and channel bank stabilization measures. LEGAL LAND SURVEY work shall consist of performing all research, surveys, measurements, computations, drawings, and descriptions required for a legal land survey in the state or by NRCS. Maps showing project locations and the areas to be surveyed will be issued with the individual task orders. Land cover types may include urban, cropland, pasture, abandoned, forest, and/or any other land type not mentioned. UPDATING NRCS TECHNICAL MATERIALS OR DEVELOPING NEW TECHNICAL MATERIALS will involve revising or development materials to meet the current state of practice in the engineering profession. The material to be developed may involve civil, agricultural, environmental, hydraulic, soil mechanics, seismic, and water management engineering. Geology and landscape architectural technical material may also be requested to develop to meet the state of practice is those disciplines. SELECTION CRITERIA: Firms shall be evaluated in terms of - (1) Professional qualifications necessary for satisfactory performance of required services - Qualified firms shall possess professional qualifications necessary for satisfactory performance of required services in all six task areas, i.e., dam assessment, design, design review, construction management (CM), boundary surveys, and updating/developing technical materials. (2) Specialized Experience and Technical Competence - Firms shall possess specialized experience and technically competence in the six (6) task areas, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (3) Capacity - Qualified firms shall have the capacity to accomplish the work in the required time; (4) Past Performance - The prime contractor and/or team members (as applicable) shall have recent (within 3-yrs), relevant, successful past performance on similar projects in all six (6) task areas performed for NRCS, other Government agencies, and/or private industry in terms of cost control, quality of work, and compliance with performance schedules. (5) Location - A firms location in the general geographical area of the project and knowledge of the locality of the project is a plus; provided application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; and SUBMISSION REQUIREMENTS: Firms responding to this notice should submit five (5) hard copies and one electronic copy in CD or DVD format of the SF 330 Part I and SF 330 Part II. Do not submit cover letters, binders, elaborate coverings, spiral bound material, or company brochures/pamphlets, etc. Submit only what is requested on 8 ½ x 11 inch bond paper with a minimum of 10-pitch font. The proposal submittal, including the SF 330 Parts I and II, shall not exceed 100 pages in length (includes all attachments, subcontractor, consultant information, etc.). The nine (9) pages of instructions are not required to be submitted as part of the SF 330 and are not included in the 100 page limit. Offers exceeding the maximum page limitations may not be considered. Cover pages, tab pages, and divider pages will not count towards the 100 page limit. Submissions may include single or double-sided sheets, but shall not exceed the 100 page limitation. A page is defined as one side of an 8-1/2 inch x 11 inch sheet of paper, with at least one inch margins on all sides. Offerors may include 11 X 14 inch paper for the exclusive presentation of tables or figures. Each 11 X 14 inch page will be considered as a single page. Fold out sheets larger than 11 X 14 will be counted as multiple pages in accordance with their size. The SF330 form is exempt from the margin and character size limits; follow the SF330 instructions for completing the form. The 1 inch margin and 10 point font limits are only applicable to pages formatted by the Architect/Engineering firm. SMALL BUSINESS SUBCONTRACTING PLAN: In accordance with FAR 52.219-9, Alternate II (October 2001), Small Business Subcontracting Plan, firms selected for further consideration, who are large businesses, shall submit an acceptable IDIQ Small Business Subcontracting Plan to the Contracting Officer to be eligible for award. The selected large business firms shall provide a Small Business Subcontracting Plan within the requested time period to be identified by the Government (do not submit until requested). When defining the basis on which small business subcontracting goals are to be proposed, the contractor shall use the IDIQ maximum ordering value of $10,000,000. Firms selected for further consideration, who are large businesses, failing to negotiate an acceptable IDIQ Small Business Subcontracting Plan with the Contracting Officer, will be ineligible for award. FORWARD PRICING RATE AGREEMENT (FPRA): For the purpose of simplifying and increasing efficiency in the negotiation and to assist in the execution of Task Orders against the IDIQ, apparent successful offerors shall submit an acceptable FPRA Proposal to the Contracting Officer to be eligible for award. The apparent successful offerors shall provide a FPRA proposal within the requested time period to be identified by the Government (do not submit until requested). The FPRA proposal shall include, but is not limited to, a description of direct labor categories, direct labor rates, annual escalation of all rates, G&A rates, Overhead rates, Computer Assisted Design rates, and other recurring costs. Where practicable, the contractor may provide Fixed Price Rates for Unit Pricing Elements. The FPRA proposal will be negotiated and a formal Forward Price Rate Agreement will be incorporated into the resultant IDIQ contract. Apparent successful offerors, who fail to negotiate an acceptable FPRA with the Contracting Officer, will be ineligible for award. The contractor agrees to submit a Certificate of Current Cost or Pricing Data, as required by FAR 15.406-2(a), for all Task Orders and modification exceeding $700,000. OTHER INFORMATION: The proposal will be evaluated and negotiated for fair and reasonable price. If a fair and reasonable price cannot be negotiated, the Government may request a proposal from the next highest ranked offeror, and the process will continue until the appropriate number of IDIQ contracts have been awarded. Selection of firms for negotiation shall be made in order of preference based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the specific selection criteria listed in this announcement. NRCS anticipates that six (6) IDIQ Contract awards will result from this solicitation. Work will be accomplished as individual Task Orders under the IDIQ contracts. Individual Task Orders may be awarded beginning with the date of execution of the IDIQ contract. NRCS will provide all contract awardees fair opportunity to be considered for each Task Order. NRCS Contracting Officers will solicit Task Order offers by issuing written requests for offers for specific projects. Task Orders will be awarded consistent with FAR 36.602. Individual Task Orders will be issued on a Firm Fixed Price basis.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/LASO/AG-3A75-S-12-0006/listing.html)
- Record
- SN02650022-W 20120108/120106234258-448ad998c318a6fa71b2dee288a831d7 (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 |