Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2012 FBO #3925
SOURCES SOUGHT

C -- USDA Forest Service A/E Indefinite Quantity Contract for Heavenly Well Geophysical Survey Services - Maps

Notice Date
8/21/2012
 
Notice Type
Sources Sought
 
NAICS
541360 — Geophysical Surveying and Mapping Services
 
Contracting Office
Department of Agriculture, Forest Service, R-5 Pacific Southwest Region, 1323 Club Drive, Acquisition Management, Vallejo, California, 94592
 
ZIP Code
94592
 
Solicitation Number
AG-91S8-S-12-0037
 
Archive Date
10/31/2012
 
Point of Contact
Cree M. Prevost, Phone: 707-562-8897, Dan Mayer, Phone: 503-630-8709
 
E-Mail Address
creeprevost@fs.fed.us, danmayer@fs.fed.us
(creeprevost@fs.fed.us, danmayer@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Geology Map Locale Map GENERAL INFORMATION Document Type: Synopsis/ SF 330 Request Solicitation Number: AG-91S8-S-12-0037 Posted Date: August 21, 2012 Response Date: September 10, 2012 Archive Date: October 31, 2012 Classification Code: C -- Architect and engineering services Set Aside: Small Business NAICS Code: 541360 Geophysical Surveying and Mapping Services Contracting Office Address: USDA Forest Service Acquisition Management 1323 Club Drive Vallejo, CA 94592 DESCRIPTION: There is no solicitation to download. Architect/Engineer (A/E) services are required for a well feasibility report. The work for this contract shall occur on the on the Lassen National Forest, Hat Creek District, California. STATEMENT of WORK - GENERAL REQUIREMENTS 1. CONTRACT SCOPE The primary objective is to locate a minimum of four potential well sites in the designated area utilizing geophysical surveys and investigations. An additional objective is to gain all the data possible within the scope of the investigation including, but not limited to, the structure, composition, tectonics and other geologic information about the subsurface within the project area. 2. PROJECT LOCATION(S) The project is located on the Lassen National Forest, Hat Creek District, in T34N, R3E, S33-34; T33N, R3E, S2, 3, 4, and 9. See attached project area map. 3. SPECIFIC WORK REQUIREMENT A minimum of four potential well sites within the designated area shall be determined: a) These potential well sites shall be no closer than one quarter mile from another potential well site unless agreed to by the COR in writing. b) Potential well locations are to be designated by GPS coordinates and in writing and also by flagging the location on the ground. c) Any hydrologic information that can be gained or inferred about potential aquifers shall be included across the project area, with an emphasis on the aquifer(s) that would be tapped by proposed wells. Any design criteria which can be estimated for potential wells, such as depth, width, pumping capacity, shall be included along with the level of confidence for each point. 4. FIELD INVESTIGATION a) The boundaries of the project area are not designated on the ground. They are referenced on the project area map. b) There is road access to most of the area within the project. Road conditions may make it necessary to utilize a four wheel drive vehicle or foot access on some of the analysis area. c) Field work shall be completed before fall rains begin. All activities must be within the designated project boundary unless otherwise agreed to by the COR. 5. PROFESSIONAL QUALIFICATIONS The project will be led and overseen by a Professional Geophysicist (PGP) or a Professional Geologist (PG) registered in the State of California. The professional's official stamp and signature will be required on all paper deliverables required under this contract. 6. REPORTS A comprehensive report is required, detailing all information pertaining to the objectives and all other requirements outlined within this contract. Copies of all raw and analyzed data, as well as any modeling results that are done, are to be included in this report. All assumptions made must be specifically mentioned. Additionally, a section on the error tracking, propagation, and analysis, associated statistics, and any relevant implications these may have on the contracted work, regardless of whether these have been mentioned elsewhere in the report, is to be included. Submission of the report shall include one set of hardcopy documents and five sets of CD-ROM's marked for USDA FOREST SERVICE, Region 5, Lassen NF, containing all reports and other documentation. SPECIAL PROVISIONS 7. RELEASE OF INFORMATION a) The A-E agrees not to divulge or release any information developed or obtain in connection with the performance of this contract or any possible construction based on the results thereof (including, but not limited to, plans, specifications, location, time or estimated of construction) except to authorized Government personnel or upon prior written approval of the CO. 8. CERTIFICATION OF DRAWINGS AND OTHER DOCUMENTS The A-E, or his authorized representative, shall sign the original tracings of all drawings and the first page of all reports, estimates, or similar documents under the A-E's printed name and over the affixed replica of this professional seal or his registration certificate number, including the State or jurisdiction where the project will be constructed. 9. GOVERNMENT-FURNISHED SUPPLIES AND SERVICES None 10. LIABILITY FOR GOVERNMENT COSTS RESULTING FROM DESIGN ERRORS OR DEFICIENCIES A/E contractor shall be responsible for the professional quality, technical accuracy, and coordination of all services required under this contract, and will be liable for Government costs resulting from negligent errors or deficiencies in designs furnished under its contract. Therefore, when a modification to a construction contract is required because of an error deficiency amounting to negligence in the services provided under this contract, the contracting officer may consider the extent to which the A/E contractor may be reasonable liable. The contracting officer may enforce the liability and collect the amount due, if the recoverable cost will exceed the administrative cost involved or is otherwise in the government's interest. End of Statement of Work. SELECTION CRITERIA AND SUBMITTAL REQUIREMENTS SF 330s will be evaluated to determine the most highly qualified firm based on criteria responses. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF 330 (Architect-Engineer Qualifications) must be completed by the office/branch/ individual team member actually performing the work under this contract. Projects not performed by the office/branch/individual team member will be excluded from evaluation consideration. A) SUBMISSION REQUIREMENTS: SF 330, Part I, is limited to 40, 8.5"x11" pages. Minimum font size is 10. Submit the following: 1) One (1) original and two (2) copies of SF 330 for the prime offeror (which also includes a completed Part II for the firm and key subconsultants) addressing following selection criteria information; and 2) One electronic copy, in Adobe Acrobat PDF format, of the complete SF330 being submitted by the firm. B) SF330, Part I, Section B, Contract Information: In Block 5, list firm's Dunn and Bradstreet and Taxpayer Identification Number in addition to the name of the firm. C) CRITERIA 1: SF 330, Section E, Professional Qualifications: Professional qualifications for the Project Manager and key personnel anticipated for this contract. Submission Requirements: Provide resumes for the Project Manager and key personnel anticipated for this contract. Resumes shall contain experience and qualifications, and shall not exceed 3 typed pages per individual. D) CRITERIA 2: 1) SF330, Section F, Specialized Firm/Team Experience: Specialized experience and technical competence of the proposed team members assigned to this contract as it relates to the work activities. Submission Requirements: For each firm, provide a maximum of five (5) specific completed projects that best illustrate overall team experience relevant to the work activities outlined in this contract. Include within block 24 of SF330, Section F, additional sheets may be used, if required: • A Brief narrative of the project. • Dates of performance • Indicate whether you were the prime or a subcontractor. • Award amount of contract. • Project name, firm name, point of contact name, address and phone number. • Place an asterisk "*" by any job which is similar to the requirements of this solicitation. 2) SF330, Section G, Key Personnel Participation in Example Projects: Submit in accordance with the SF 330 Instructions. From the total projects listed in SF330 Section F, provide a maximum of five (5) projects. E) CRITERIA 3-5: SF330, Section H, Additional Information requested by Agency. Address the remaining Criteria 3 through 5; additional sheets may be used, if required. Clearly identify the Criteria number and title. 1) CRITERIA 3: Capacity to accomplish the work in the required time. Submission Requirement: Describe firm's capacity to accomplish projects within required time frames and to accomplish multiple delivery orders within short delivery periods. Indicate the firm's present workload and the anticipated availability of the project team (including consultants) for the specified contract performance period. Indicate any specialized equipment availability. 2) CRITERIA 4: a. Past performance with Government agencies and private industry with respect to cost control, quality of work, and compliance with performance schedules. Points of contact provided in other criteria may be contacted. A proposal with no record of relevant past performance information shall be evaluated neither favorably nor unfavorably. Submission Requirements: For each project provided as experience under Criteria 2, list any applicable favorable awards and commendations. Other performance evaluation results and awards may also be listed separately. Reference agency/company issuing evaluation/award/commendation and respective date. If a federal contract, state evaluation type and rating. If not a federal contract, provide any applicable similar evaluation information. If no documentation exists, so state. Please address the following components of past performance for each project provided as experience under Criteria 2: • Original contract price and any modifications that increased cost and the reason for modification. • Original contract time and actual completion date (circumstances for contract extensions may be addressed). b. Demonstrated success of the Quality Control (QC) program used by the firm to ensure quality products. Submission Requirement: Provide an organization chart that identifies the overall relationship and lines of authority of the proposed team. Include firm names, key personnel and their discipline/specialty; b) describe the prime's QC program; who is primarily responsible for the QC program, how does the prime firm ensure quality consistently across the entire team. Illustrate success in implementing the program; and c) Address the team's QC processes for checking and verifying plans and specifications for errors, omissions and quality, documenting design decisions, and incorporating and tracking review comments. Of special interest are the QC processes in place that minimize the government's effort to QA the A/E's work product for errors, omissions, and quality. F) ADDITIONAL INFORMATION: All information must be included in the SF 330 package, (cover letter, attachments). Firms must be registered with Central Contractor Registration (CCR) prior to contract award. Registration information is available at the CCR website, http://www.ccr.gov. G) Those firms that meet the requirements in this announcement and wish to be considered must submit SF 330 packages per above listed Submission Requirements, to: USDA Forest Service Acquisition Management 1323 Club Drive Vallejo, CA 94592 No later than 3:00 p.m. local time, PST, on September 10, 2012. Submittals received after this date and time will not be considered. Firms not providing the required information may be negatively evaluated. Facsimile and E-mail submittals will not be accepted. E-mail address for inquiries is: danmayer@fs.fed.us *** END OF ANNOUNCEMENT ***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/91S8/AG-91S8-S-12-0037/listing.html)
 
Place of Performance
Address: The project is located on the Lassen National Forest, Hat Creek District, in T34N, R3E, S33-34; T33N, R3E, S2, 3, 4, and 9., Fall River Mills, California, 96028, United States
Zip Code: 96028
 
Record
SN02847738-W 20120823/120821235309-4821b346b9b54972dc7bf5cd03c26f3a (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.