Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 28, 2013 FBO #4142
SOLICITATION NOTICE

C -- Architect and Egineering Services - Statement of Work - SAM User Guide

Notice Date
3/26/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Pennsylvania State Office, One Credit Union Place, Suite 340, Harrisburg, Pennsylvania, 17110-2993
 
ZIP Code
17110-2993
 
Solicitation Number
AG-2D37-S-13-0002
 
Point of Contact
James R. Mobley, Phone: 7172372245
 
E-Mail Address
james.mobley@pa.usda.gov
(james.mobley@pa.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SAM User Guide Statement of Work The USDA Natural Resources Conservation Service in Pennsylvania is seeking qualified A-E firms to provide A&E Services for the engineering components of Comprehensive Nutrient Management Plans (CNMP) or conservation plans, specifically for waste storage facilities, manure transfer, heavy use area protection, roof runoff structures, land treatment best management practices, and other associated conservation practices. These services are being procured in accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulations (FAR). A-E firms meeting the requirements described in this announcement are invited to submit: (1) a Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II, and (2) any requested supplemental data to the NRCS procurement office shown in this announcement. This announcement constitutes the only solicitation; technical proposals (SF-330) are being requested and a written solicitation will not be issued. The applicable NAICS Code is 541330. The Size Standard dollar amount is $14 million, average annual receipts. The A-E shall furnish the necessary personnel, equipment, labor, materials, transportation, office space, and related support facilities to perform the services described herein. The Contractor shall be a professional, licensed engineer registered in the State of Pennsylvania. All work performed under this contract shall be in accordance with NRCS-PA Section IV of the Field Office Technical Guide (FOTG), Agricultural Waste Management Handbook, Engineering Field Handbook, National Engineering Manual, and all other referenced publications. The preparation of construction and design documents shall be in electronic formats with approved computer software. (See statement of work) All drawings will be submitted in a current version of CAD. Potential contractors are encouraged to review the Statement of Work for additional information before responding to this announcement. This solicitation is a Total Small Business Set-Aside. PA-NRCS contemplates the award of one or more Indefinite Delivery Indefinite Quantity (IDIQ) contracts. The IDIQ Contracts will be for one (1) base year; with up to four (4) one-year renewal option periods. Work will be ordered through the issuance of individual task orders on an as-needed basis. Individual task orders to be generated are expected to be civil, agricultural, and/or environmental engineering services in nature. These task orders may be for new construction work or could include the repair, expansion, modification, or replacement of existing systems. Work under each Task Order will be subject to satisfactory price negotiations. The total number of task orders awarded will fluctuate based on need and availability of funds. The Contractor(s) selected will be required to perform services at locations as may be assigned anywhere in the State of Pennsylvania. The minimum guaranteed amount per contract is no less than $2,500 in services during the total contract period. The maximum the Government may order per contract in the base year or any of the individual option years shall not exceed $250,000 per year. SELECTION CRITERIA: Firms will be evaluated and ranked using the following selection criteria: 1. Professional qualifications necessary for satisfactory performance of required services. (12.5 points): At the minimum, the Project Manager will be a licensed Professional Engineer, registered in Pennsylvania. 2. Specialized experience and technical competence in the type of work required. (25 points): Evaluation will be based on the extent of directly related experience in performing engineering surveys and designs of the types of projects described: specialized education the university level, and all other education, training, and certifications. Evaluation will include experience and technical competence, in the areas of soil mechanics, soil conservation, hydrology, hydraulics, surveying, structural design, construction oversight and quality assurance, and all aspects of agricultural waste management systems. Examples of work shall be documented for review, as well as a description of the type of work performed. These descriptions will be evaluated based on documented complexity of work performed 3. Capacity to accomplish the work in the required performance time. (12.5 points): Evaluation will be based on ability to accomplish multiple work orders to completion within performance time and the ability to add personnel and/or consultants to complete work on time. 4. Past performance on contracts with Government agencies and private industry. (12.5 points): Evaluation will be based on the firm's past experience with other government agencies and the private section in performing the requirements described; cost control, quality, and timeliness of performance under previous contracts. References with name and telephone numbers must be provided. 5. Location in the general geographic area and knowledge of the locality of the project area. (12.5 points): Evaluation will be based upon the firm's proximity to the State of Pennsylvania and the project areas. For firms outside the general project area, provide a plan to provide service in a cost effective manner. Firms must clearly indicate the office location where the work will be performed. 6. Experience With and Knowledge of NRCS standards, specifications and technical references. (25 points): Evaluation will be based upon the experience of the firm in general, and specific personnel to be used on the contract, with current NRCS standards, construction specifications, and other technical references that pertain to the application of selected conservation practices SUBMISSION REQUIREMENTS: Firms which meet the requirements described in this announcement should submit four (4) copies of Standard Form SF330 Part I Architect-Engineer Contract Specific Qualification and Part II Architect-Engineer General Qualifications, as well as additional documentation as needed to address each of the six (6) evaluation factors not later than 4:00pm local time on April 26, 2013, to the attention of James Mobley, Contract Specialist, at the contracting office address listed in this notice. Please limit narrative responses to two (2) pages per evaluation factor. Only those firms responding by the time listed above will be considered for selection. Facsimile transmissions will not be accepted. After an initial evaluation of qualifications and performance data submitted, one or more firms that are considered to be the most highly qualified to provide the required A/E services will be selected for negotiation. Those selected firms will then be sent a solicitation to provide their proposals. Interviews for the purpose of discussing prospective firm's qualifications may be conducted either in person or by teleconference. To be eligible for contract award, a firm must be registered in the System of Award Management (SAM) at www.sam.gov to be considered for an award of a federal contract. (User Guide Attached to post)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/PASO/AG-2D37-S-13-0002/listing.html)
 
Place of Performance
Address: Statewide, Pennsylvania, Pennsylvania, United States
 
Record
SN03021086-W 20130328/130326234943-df76ee4cd817c2e15c949bea7993cb01 (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.