SOLICITATION NOTICE
F -- WETLAND CONSTRUCTION INSPECTOR SVCS. - SF 1449 - Other Attachments
- Notice Date
- 7/26/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of Agriculture, Natural Resources Conservation Service, Florida State Office, 2614 NW 43rd Street, Gainesville, Florida, 32606
- ZIP Code
- 32606
- Solicitation Number
- NRCS-FL-10-07
- Point of Contact
- Angela R. Allen, Phone: 352-338-9529, Jorge A. Munoz, Phone: 352-338-9531
- E-Mail Address
-
angela.allen@fl.usda.gov, jorge.munoz@fl.usda.gov
(angela.allen@fl.usda.gov, jorge.munoz@fl.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- Design & Engineering Spec & QAP SF 1449 The USDA Natural Resources Conservation Service (NRCS) in Florida requires the services of a qualified Wetland Construction Inspector to perform construction inspection services in the State of Florida and is issuing a Request for Proposal. This acquisition process is being conducted in accordance with FAR Subparts 12 & 15. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The primary North American Industrial Classification System Code (NAICS) is 541690. Successful Offeror must be registered in the Central Contractor Registration (CCR) database prior to award. STATEMENT OF WORK: The Inspector must be a qualified construction inspector, preferably with experience in wetland restoration projects. This item includes providing construction inspection services to ensure the wetland restoration project is installed in accordance with the engineering plans and specifications. Qualified construction inspectors will be required to perform construction inspection services on a variety of construction practices including but not limited to: construction layout, checking elevations and grades of works of improvement, areas requiring clearing and grubbing, structure removal, excavation, earthfill, pipe installation, vegetative measures, and pest management. Practices requiring construction inspection services will be identified in the site specific quality assurance plan Quality Assurance Plan (example attached). Other duties include maintaining timely communication with the Contracting Officer’s Technical Representative (COTR) and contractor, keeping daily job diaries, computing quantities as per the bid schedule and construction specifications, reviewing shop drawings, taking photographs of critical work and maintaining a photograph log, construction checkout, and developing as-built construction drawings. (See attached Design and Engineering Services Specifications.) QUALITY CONTROL: The construction inspection services shall consist of implementing and maintaining a quality control system to ensure the specified quality of construction performed and materials used is achieved for the works of improvement. Construction inspection services shall be in accordance with an NRCS developed and approved QAP tailored to the specific project, this statement of work, and the attached “Design and Engineering Services Specifications.” Documentation of construction inspection services shall be in accordance with National Engineering Handbook (NEH) Section 19, Construction Inspection and the approved QAP. Evaluation of construction materials used shall be in accordance with National Engineering Manual (NEM) Part 512, Subpart C. COMMUNICATION AND COORDINATION: A pre-construction meeting shall be held between the construction contractor, Architecture/Engineering Firm’s (A&E Firm) or Successful Offeror’s construction inspector and NRCS prior to the start of construction. The inspector shall determine if all required construction permits have been obtained prior to construction and notify the COTR. The inspector shall keep the COTR informed of the construction progress and any problems that may arise. Communication shall be by phone on a daily basis when the inspector is on site unless instructed otherwise by the COTR. If the COTR is not available, the Inspector shall leave a voice message. A copy of the job dairy daily entry will be emailed or faxed to the COTR on a weekly basis or as requested by the COTR. The inspector shall provide interpretations of the plans and specifications to the contractor. Any contradictions between the plans and specifications shall be immediately reported to the COTR. The inspector shall review shop drawings, diagrams, illustrations, catalogs, data, samples, etc., submitted by the construction contractor and provide the information and recommendations to the COTR. Copies of shop drawings and recommendations shall be provided to the COTR within 2 work days of receipt. The inspector shall survey and stake out the works of improvement as required by the construction plans and specifications. The inspector shall provide on-site construction inspection services at times and frequency stated in the QAP. If cultural material such as bones, fire hearth, flakes/points/scrapers, human skeletal remains or culturally significant foundations are discovered during construction, the construction inspector shall notify the contractor to stop work and immediately contact the COTR. The COTR or his/her representative will document the cultural resource and make recommendations regarding the discovered cultural resource and notify the Contracting Officer (CO), Inspector, and contractor. When construction can proceed the CO will notify the Inspector, COTR and the Contractor. CONFLICT OF INTEREST: An Inspector will not inspect a WRP easement property for a spouse, children, partners or business associates, nor have a financial interest in the real estate to be covered by the proposed easement. DELIVERY: Copies of all shop drawings with comments and recommendations shall be provided to the COTR within 2 calendar days of receipt. Bid quantities will be calculated as described in the construction specifications, checked by a second person, and submitted to the COTR within 7 calendar days of the request. Upon submittal of a request for payment of inspection services, the successful offeror shall submit copies of the daily inspection job diary for the time period of the payment. Within 14 calendar days of the final inspection of the works of improvement, the Inspector shall submit a construction completion report. The construction completion report as specified in the attached “Design and Engineering Services Specifications” PAYMENTS: Requests for payment should be made to the NRCS Contracting Officer at 2614 NW 43rd St., Gainesville, FL 32606. AUTHORITY: The government contemplates multiple awards of indefinite delivery-indefinite quantity contracts as a result of this competition. While projects could be anywhere in the state of Florida the majority of the projects are in South Florida. The following counties currently have projects to be awarded: Okeechobee, Seminole, and Polk counties. PERIOD OF PERFORMANCE: The initial contract period will be for one year and will have four 1 year options. Work under each of the contracts will be subject to satisfactory negotiation of individual task orders. The maximum dollar amount over the life of the contracts will be $1,000,000. There is a $1000 guaranteed minimum during the base year and no guaranteed minimum for the option years. Task orders will be negotiated as firm fixed-price procurements for individual or combined projects. APPLICABLE CLAUSES AND QUALIFICATIONS: Contractors selected for contract award will bid on individual task orders. Award will be made to the contractor providing the lowest bid for that task order. The following FAR Clauses/Provisions are available at www.acquisition.gov/far and apply to this solicitation: 52.212-1 Instructions to Offerors-Commercial Items, 52.212-2 Evaluation-Commercial Items (see Selection Criteria below), 52.212-3 Offeror Representations and Certifications-Commercial Items (must be completed and submitted with proposal), 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (clauses 522-222-41, 52.222-42, 52.222-43, 52.232-33 apply). A completed (contractor part only) and signed SF 1449, which can be accessed through the www.gsa.gov website must also be returned with the proposal. Selection Criteria: Contractors must provide evidence of the knowledge and skills listed below. Technical and past performance criteria makes amounts to 90% of the total relevance of importance. Evaluation factors are listed in descending order of importance: a.Professional qualifications necessary for satisfactory performance of required services. Contractor must include resumes and copies of applicable training certificates. b.Specialized experiences and technical competence in: 1.Ability to read and interpret construction schedules, understand the principles involved in making adjustments to a construction schedule and understanding of lead time and critical path items. 2.Ability to interpret test results including but not limited to earth fill compaction and concrete. 3.Ability to compute quantities of materials such as earthfill and concrete. 4.Ability to read and interpret construction plans and specifications for various construction activities. 5.Knowledge and experience in monitoring and recommending compliance of Federal and OSHA safety requirements for working conditions and environment. 6.Knowledge of Federal construction contracts and understanding of NRCS Specifications for Construction Contracts, NEH Part 642. c.Past performance on contracts with Government agencies and private industry in terms of quality of work, cost control, and compliance with performance schedules. Must submit contact names, phone numbers, and project name for 3 references in which inspection services were provided in the last 3 years. d.Locations in the State of Florida in which jobs have been performed. Firms shall designate the counties where they prefer to work. e.Cost – Contractor to provide a cost per hour for inspection services. Cost shall be fully burdened and include all cost with the exception of travel. Travel will be reimbursed in accordance with GSA travel regulations. The government intends to award based upon the best value to the government cost and other factors considered. Those businesses meeting the requirements above must submit four (4) copies of Contractor proposals addressing the selection criteria above, by close of business August 9, 2010 to USDA/NRCS, Attn: Angela Allen, 2614 NW 43rd Street, Gainesville, FL 32606. Facsimile transmissions will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/FLSO/NRCS-FL-10-07/listing.html)
- Place of Performance
- Address: Throughout state of Florida, Various, Florida, United States
- Record
- SN02217362-W 20100728/100726234733-6dea1ff7a10a1450516c2e488f13a137 (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 |