SOLICITATION NOTICE
C -- A&E Services - Tech Pro
- Notice Date
- 7/11/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Agriculture, Natural Resources Conservation Service, Tennessee State Office, 675 U.S. Courthouse 801 Broadway, Nashville, TN, 37203-3878
- ZIP Code
- 37203-3878
- Solicitation Number
- NRCS-08-TN-03
- Response Due
- 8/12/2003
- Archive Date
- 8/27/2003
- Point of Contact
- Gary Handley, Administrative Services Officer, Phone 615-277-2543, Fax 615-277-2580, - Gary Handley, Administrative Services Officer, Phone 615-277-2543, Fax 615-277-2580,
- E-Mail Address
-
ghandley@tn.nrcs.usda.gov, ghandley@tn.nrcs.usda.gov
- Small Business Set-Aside
- Total Small Business
- Description
- The Natural Resources Conservation Service – Tennessee announces a Request for Qualifications (RFQ) for Architect and Engineering firms interested in contracting for A&E Services with emphasis in animal waste management systems, grade control structures and other types of civil, agricultural, and or environmental engineering services as mentioned in this notice. SF-254s and SF-255s are being requested. This announcement constitutes the only solicitation. This announcement is 100% set-aside for small business. The NAICS Code 54133 applies to firms with less than $4 million in annual receipts. The government contemplates the award of three to six Firm-Fixed Price; Indefinite Delivery, Indefinite Quantity (IDIQ) type contracts resulting from this competition. Work under each of the contracts will be subject to satisfactory negotiation of individual delivery orders. Each contract will be for a period of one base year and the government may, at its option, extend the contract for 4 one-year option periods. The firms selected are guaranteed a minimum of $5,000 in fees for the base and each subsequent year where the option is exercised and a maximum of $500,000 in fees for each year of the contract. Delivery Orders are expected to include civil, agricultural, and or environmental engineering services consisting of those needed to design and implement elements of a Comprehensive Nutrient Management Plan (CNMP). Specifically engineering services required to perform all phases of preliminary investigation, design, and construction supervision of manure and agricultural wastewater handling and storage facilities. Services are also expected to include those required to design and implement grade stabilization practices and other designated conservation/engineering practices on lands where NRCS is authorized to work under various programs. Services requested may require (1) field investigations to perform engineering surveys, geologic and soils investigations, (2) design and preparation of engineering plans and construction specifications, (3) performance of construction layout and certification of completed practices in accordance with NRCS standards, specifications, and documentation requirements as set forth in Section IV of the Field Office Technical Guide, National Engineering Handbook, and the Engineering Field Handbook. Services may also include preparation of the nutrient management component of a CNMP using NRCS approved computer software. These open-ended contracts could include design for repair and replacement of existing systems, design review of other A&E firms, and construction phases services. Services may involve direct consultation, supervision and inspection of construction for a specific project, including reviews and approvals of shop drawings, material selections, quality control testing such as those associated with concrete placement and earth fill compaction. Responses should include proposed sub-consultants for all disciplines including civil, agricultural, environmental, geo-technical, and soil mechanics engineering, and nutrient management planning and application. Responses should also include the qualification of personnel and description of facilities, materials, equipment and services to perform the type of tasks described by this notice. The preparation of construction and design documents in electronic format and with approved NRCS computer software is required. All design drawings will be submitted using AutoCAD, version 2000 or later or other similar CAD software that is directly convertible to AutoCAD. Due to legislative limitations on one of the sources of funds for these contracts, a firm must be certified as a technical services provider to be eligible for award. More information of the technical service provider registration process can be found at the following address http://techreg.usda.gov. PRESELECTION CRITERIA. Project manager must be a Registered Professional Agricultural, Environmental, and or Civil Engineer licensed in the State of Tennessee Required submittals: (1) SF-254 and SF-255 for the prime contractor (2) SF-254 and SF-255 for any proposed sub-consultant, (3) An Organizational Chart indicating all key personnel (prime and consultants) to be utilized under this contract, (4) Selection criteria submittals. Submittals must also address each of the below listed selection criteria in sequence: (1) Specialized Experience, expertise of the firm in the types of work required; (2) Professional qualifications of experienced key personnel and consultants; (3) Capacity of the firm to perform the work; (4) Past performance of contracts both government and private industry in terms of cost control, quality of work and compliance with performance schedules; (5) Location, physical location of the firm. Factors (1), (2), and (3) are significantly more important than factors (4) and (5). Selection of firms shall be through an order of preference based on qualifications necessary for the satisfactory performance of the type of professional services described above. All requirements of this announcement must be met for a firm to be considered to be responsive. Offeror’s that fail to submit the required information or adequately address the required information may be rejected. Interested A&E firms, that have the capabilities to perform the anticipated work, must submit 2 copies of their qualification documents. The SF-255 must include (1) the prime firm’s DUNS, (2) Block 7c: Each key person’s office address, including telephone/fax numbers and e-mail addresses if different than as stated in Block 3 of the SF-255 or Block 1 of the SF-254, (3) Block 7f: Registrations must include state in addition to the year, and discipline, (4) Block 8c: include a current fax number and e-mail address for each project listed. Two copies of the complete package must be received at the following address: ATTN: Gary E. Handley, Contracting Officer, USDA, NRCS, 675 USCH, 801 Broadway, Nashville, TN 37203. Submittals are due August 12, 2003 by 3:30 PM local time.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/NRCS/TNSO/NRCS-08-TN-03/listing.html)
- Place of Performance
- Address: At various locations in Tennessee
- Zip Code: 37203
- Country: USA
- Zip Code: 37203
- Record
- SN00370159-F 20030713/030711221310 (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 |