SOLICITATION NOTICE
C -- TSP Design Services for NRCS Farm Bill contracts
- Notice Date
- 1/13/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Agriculture, Natural Resources Conservation Service, Idaho State Office, 9173 West Barnes Drive, Suite C, Boise, ID, 83709-1574
- ZIP Code
- 83709-1574
- Solicitation Number
- NRCS-09-ID-05
- Response Due
- 2/17/2005
- Archive Date
- 3/4/2005
- Description
- CONTRACT INFORMATION: The USDA-Natural Resources Conservation Service (NRCS) requires the services of an Architect and Engineering (A&E) firm for design of Irrigation Systems, Runoff/Erosion Control Practices and the Development and Certification of Comprehensive Nutrient Management Plans (CNMP) for individual land owners/operators throughout Idaho. Services include, but are not limited to: preparing designs, performing construction layouts and construction checks of Contractor?s work and completing final checks of completed construction. This acquisition process is being conducted in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. 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. This announcement constitutes the only notice. PROJECT INFORMATION: The government contemplates the award of one or more Indefinite Delivery Indefinite Quantity (IDIQ) contract. Any resulting contract will have a one-year base period and four one-year extensions, at the option of the government. The firm selected is guaranteed a minimum of $5,000 in fees for the base year and a maximum of $100,000 in fees for each year of the contract. There is no guaranteed minimum for the option periods if exercised. Projects will be ordered on an as-needed basis beginning from the date of contract award. Work under each of the contracts will be subject to satisfactory negotiation of individual task orders. The contractor shall provide all personnel, equipment, tools, materials, supervision and other items and services to provide the service. DESCRIPTION OF SERVICES A CNMP is a grouping of conservation practices and management activities for animal feeding operations (AFOs) which, when implemented as part of a conservation system, will help ensure that both production and natural resource protection goals are achieved. A CNMP incorporates practices to 1) Use animal manure, process wastewater and other organic by-products as a beneficial resource; 2) Address potential impacts of an AFO on natural resources, including water and air quality; and 3) Assist an AFO owner/operator in meeting all applicable local, State, Federal, and Tribal water quality goals and regulations. CNMPs services may include engineering surveys, engineering designs, and construction activities for animal manure and wastewater handling and storage projects and other conservation practices, such as grade stabilization structures and ponds within the State of Idaho. CNMPs will be developed and certified to assist with implementation of the Environmental Quality Incentives Program (EQIP). Surveys required may consist of but are not limited to any part or all of the following activities: topographic surveys, design surveys, geotechnical surveys, and construction layout surveys. Design activities required may consist of but are not limited to any part or all of the following activities: design animal manure and wastewater handling and storage project features, prepare construction specifications, prepare construction plans (drawings), prepare cost estimates, quantity computation checks and certifications, and prepare design folders. Construction activities will include construction inspection, checkout, and certification. The typical project could require knowledge and experience in all aspects of animal manure and wastewater volume estimates, rainfall runoff calculation, surveying, engineering design and quality assurance activities associated with the design and construction of waste storage ponds, earth embankments, reinforced concrete structures, clay and flexible liners, wastewater conveyance pipelines, diversions, and sediment basins. The A-E firm will be required to perform engineering surveys and engineering design activities in accordance with NRCS standards and certify that all surveys and designs meet NRCS standards. NRCS standards can be found in the NRCS Idaho Field Office Technical Guide and design guidance can be found in the NRCS National Engineering Handbook, especially Part 651 - Agriculture Waste Management Field Handbook. Irrigation System services include preparing designs, performing construction layouts and construction checks of Contractor?s work and completing final checks of completed construction for individual landowner/operator irrigation systems. Individual irrigation projects may involve a combination of conservation practices such as: sprinkler systems with hand lines, wheel lines, linear-move, and/or center pivots, pipelines, pumping plants, irrigation regulating reservoirs and structures for water control; micro irrigation systems and surface irrigation system components. Runoff/Erosion Control Practices development services include preparing designs, performing construction layouts and construction checks of Contractor?s work and completing final checks of completed construction for individual landowner/operator practices. Individual projects may involve grassed waterways, water and sediment control basins, grade stabilization structures, underground outlets and sediment basins. Task orders are expected to include civil, agricultural, and/or environmental engineering services and other services as needed. Services requested may require performing (1) field investigations; (2) engineering surveys; (3) soils investigations; (4) preparation of the nutrient management component of a CNMP; and other activities, in accordance with NRCS National and NRCS Idaho standards, specifications, policy, handbooks and documentation requirements as set forth in the NRCS Field Office Technical Guide, National Engineering Handbook, and other related references. To view samples of NRCS Idaho Statements of Work (SOW) go to: http://www.id.nrcs.usda.gov, select ?eFOTG?, then select Idaho, then select any county, then select Section IV, then select any practice from the Table of Contents. SELECTION CRITERIA: Project manager must be a Registered Professional Agricultural, Environmental, and/or Civil Engineer licensed in the State of Idaho. Firms will be evaluated using the following selection criteria: 1) Specialized experience and technical competence in the type of work required. Evaluation will be based on the extent of directly related experience in performing the work as in this announcement. 2) Professional qualifications necessary for satisfactory performance of required services. Evaluation will be based upon the number of qualified personnel and their knowledge and level of experience associated with the requirements above, and their availability to perform on this contract. 3) Capacity to accomplish work in required timeframe. Firms are required to assess and relate capacity to mobilize and apply the necessary job skills as required to meet schedules without interference from other assignments or jobs. Evaluation will be based upon the number of personnel available in the disciplines described above, the quantity of existing work under contract, and the schedules for completion of the existing work. 4) Past Performance on contracts with government agencies and private industry. Evaluation will be based upon the firm?s experience with other government agencies and the private sector in performing the requirements described in this announcement in terms of cost control; quality of work, and timeliness of performance under previous contracts. References with telephone numbers must be provided. 5) Location to the general geographic area, and knowledge of the general geographic area. Evaluation will be based upon the firm?s proximity to the majority of counties in Idaho and demonstrated experience performing work in locations with climate and natural resources similar to that which occurs in Idaho. The above evaluation factors are listed in order of importance. SUBMISSION REQUIREMENTS: A&E firms interested in providing these services are to submit four copies of completed form SF-330 to the contracting office at the address shown in this announcement, as well as any information that will assist with evaluation on selection criteria. Responses should include proposed sub-consultants for all disciplines including civil, agricultural, environmental, and nutrient management planning. Firms, which meet the requirements described in this announcement, are invited to submit a Standard Form 330, Architect-Engineer Qualifications Parts I & II no later than 4:00 p.m. on February 17, 2005 to the attention of Janis Stanton, Contract Specialist, at the contracting office address listed in this notice. Only those firms responding by that time will be considered for selection. Technical questions should be addressed to Bruce Sandoval, e-mail bruce.sandoval@id.usda.gov, or telephone (208) 733-5380 . Administrative questions should be addressed to Janis Stanton, e-mail Janis.Stanton@id.usda.gov. THIS IS NOT A REQUEST FOR PROPOSALS. 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. Contractor may obtain information on registration via the internet at www.ccr.gov or by calling 1-888-227-2423.
- Place of Performance
- Address: Numerous Counties throughout Idaho
- Record
- SN00734423-W 20050115/050113211745 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |