Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2007 FBO #2102
MODIFICATION

C -- Bend-Fort. Rock Administrative Site

Notice Date
8/27/2007
 
Notice Type
Modification
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Western Washington Acquisition Area, Gifford Pinchot NF, 10600 NE 51st Circle, Vancouver, WA, 98682, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AG-04GG-S-07-0039
 
Response Due
9/14/2007
 
Archive Date
9/29/2007
 
Description
PROJECT INFORMATION The consultant will provide architectural, engineering, and technical design services to the USDA, US Forest Service for the preparation of Conceptual Design Documents, Preliminary Design Documents, Construction Documents, and Engineering Services during Construction for the construction of the Bend-Ft. Rock Administrative Project. Design shall meet the requirements of the most recent edition of the specified design criteria, including standard codes and manuals, USFS Manuals and Handbooks, and State and Local requirements if more stringent than those listed above. THE FOLLOWING INFORMATION IS ADDED TO THE ORIGINAL PRE-SOLICITATION --- DESCRIPTION: Architect or architect-engineering firm to provide professional services for design of a project at the Bend Pine Administration Site in Bend, Oregon. The project will include, but is not limited to, design services for construction of new facilities on an existing administrative site. It is anticipated that new construction will consist of an Administrative Office, Maintenance Shop, Warehouse, Barracks, and associated site improvements. Applicants must demonstrate success in sustainable design. Mechanical, structural, plumbing, electrical, and fire and safety systems will meet current codes and standards as well as Forest Service standards. Required services will include utilization of the charrette process prior to conceptual design document preparation, preparation of final construction documents, including all appropriate architectural and engineering disciplines, and a firm estimate of construction cost. The complete project should be capable of achieving LEED certification. Only firms, or teams, with in-house architectural services, experienced in the design of similar facilities, will be considered. Emphasis will be placed on project management, estimating capabilities, and previous successful experience with the design of similar facilities. Only architects or architect-engineering firms, or teams, demonstrating the above capabilities and a planned approach to perform contract services will be considered. Applicants must have an established working office within a 200 mile radius of Bend, Oregon and be of sufficient size and experience to accomplish the work, and be licensed in the State of Oregon. END OF MODIFIED INFORMATION -- The design for development of this site shall include features that meet the following requirements 1. Master Site Plan utilizing a three phase construction strategy 2. Design of the Administrative Office and associated site improvements resulting in a complete set of construction documents. 3. Administrative Office is desirable to meet the requirements of Gold level LEED certification however if not viable, then, at a minimum, meet the requirements of Silver level LEED certification. Provide analysis and or report of actions necessary to attain Gold level LEED certification relative to effort or actions necessary to meet Silver level LEED certification. 4. Master Site Plan to meet, at a minimum, the requirements of FSH 7309.11.24, entitled: Site Development Plan. 5. Design shall incorporate allowances for an advanced electrical meter and electrical metering system meeting Forest Service energy policy requirements. 6. Design of the fire protection system shall be performed under the direct supervision of a registered professional Fire Protection Engineer. 7. Provide a final design that can be constructed within the planning level estimated budget. 8. Incorporate a charrette into the design process. 9. Incorporate a design and construction schedule such that construction completion and or occupancy of the Administrative office occurs no later then April 1, 2010. 10. Coordination with USFS Regional and or National Integrated Technology work group to meet the requirements for data and or telecom design. 11. Coordination with other federal, state, and local agencies. 12. Administrative office building and appurtenances meeting the design criteria shown in Section J, Bend Ft. Rock Headquarters Design Criteria, Bend Pine Administrative Site, Phase I Office. 13. Work Center buildings and appurtenances meeting the design criteria shown in Section J, Bend Ft. Rock Headquarters Design Criteria, Bend Pine Administrative Site, Phases II & III - Work Center. 14. Incorporate time into the schedule for performance of a Forest Service value analysis: 4 weeks. It is expected that the design will provide architectural features that meet USFS requirements, entitled: Built Environment Image Guide, to the utmost extent, materials that are widely available. All work will be completed by or under the direct supervision of architects and or engineers licensed in the State of Oregon - as appropriate to the work being performed. The scope of work for this project is divided into six sections as follows: Task 1 -- Project Management, Quality Control and Data Collection Task 2 -- Field Investigations & Charrette Task 3 -- Conceptual Design - 30 percent Task 4 -- Preliminary Design - 60 percent Task 5 -- Construction Documents - 95 percent and 100 percent Task 6 -- Engineering Services during Construction The completion date for Tasks 1-5 is 265 calendar days upon receipt of the Notice to Proceed. CONTRACT INFORMATION: The resulting solicitation will be Firm-Fixed Price. In accordance with FAR 52.219-19 this procurement is advertised pursuant to the Small Business Competitive Demonstration Program and is open to small and large businesses. The NAICS Code is 541310 and the Size Standard is 4.5 million. Qualified Service-Disabled Veteran-Owned, HUBZone, SBA 8 a firms, women-owned firms, small disadvantaged and other small business firms are strongly encouraged to submit SF-330s. All interested large business firms are reminded that the successful firm will be required to submit a Subcontracting Plan. In accordance with FAR clause 52.204-7, Central Contractor Registration - Oct 2003, all contractors doing business with the federal government must be registered in the Central Contractor Registration - CCR database prior to any award. To register or upgrade you firms profile, see the Government website www.ccr.gov. See Numbered Notes 24. SELECTION CRITERIA: 1. Professional Qualifications 25 percent Submission requirements: A. Provide brief resumes of proposed team members who will specifically serve as the Project Managers, Designers of Record: Architect, Mechanical Engineer, Electrical Engineer, Fire Protection Engineer. B. Provide resumes of other relevant team members, such as: Architect, Civil Engineer, Structural Engineer, Surveryor, and Cost Estimator. C. Provide brief resumes of team members who will perform technical tasks under this contract. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline in the State of Oregon. Each resume shall include a maximum of five - 5 - specific completed projects that best illustrate the individual team members experience relevant to this contract scope. 2. Specialized Experience and Technical Competence 25 percent Submission Requirement: A. Provide a detailed narrative of up to ten -10 maximum relevant projects, not ten projects for each firm or consultant, completed within the last five - 5 - years, that best illustrate overall team experience relevant to this contract scope. List projects that demonstrate the teams experience with projects of similar size and scope to those to be performed under this contract. B. Describe the teams knowledge of the charrette process C. Describe the teams experience in sustainable design, use of the U.S. Green Building Council LEED System including descriptions of waste reduction techniques, energy efficiency in facilities designed by the team, and use of local and or regional materials on construction contracts 3. Organization, Management and Quality Control 20 percent Discuss the firms organization and management process. Demonstrated success of the Quality Control program used by the firm to ensure quality products. Submission Requirement: In a narrative form: A. Outline the firms approach to design and project management. Document the firms ability to handle projects with multiple end-users and complex requirements B. Describe the teams organization. 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 and or specialty. Describe the extent of the A-Es previous experience with the proposed consultants and its demonstrated ability to effectively manage the prime-consultant relationship. Discuss how projects located outside of the firms typical area of operation will be addressed C. Describe the primes Quality Control program, identify the person primarily responsible for the Quality Control program, and indicate how the prime will ensure quality consistently across the entire team. Illustrate success in implementing the program and D. Address the teams 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 Forest Services effort to QA the firms work project for errors, omissions, and quality. 4. Past Performance 15 percent Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Points of contact provided in other criteria may be contacted. A firm with no record of past performance information shall be evaluated neither favorably nor unfavorably. Submission Requirement: A. Discuss firms ability to work with Government entities and design standards or similar relevant experience with other entities. B. For each Federal project provided as experience under Criteria 1 and Criteria 2, provide a copy of all performance evaluations -architect-engineer - issued for that contract. For non-Federal contracts, provide facility owner documentation of the firms performance issued on that contract. If no documentation exists, so state. C. Provide accessible owner points of contact: name, title, address, telephone number, and fax number D. Provide copies of awards and letters of appreciation and or commendation. 5. Capacity 10 percent Submission Requirements: A. For the prime and each proposed consultant to be assigned to the team, list all current projects with a design fee of greater than $20,000 being designed in the firms office. For firms with multiple offices, only include this information for offices identified as part of the proposed design team. For each project, identify the current design fee, the current stage of design, and the anticipated design completion date. Indicate the firms present workload and the availability of the project team, including sub-consultants, for the specified contract performance period B. Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates C. Discuss how surge workload will be managed. 6. Location 5 percent Location in the general geographical area of the projects and knowledge of the locality of the projects. Submission Requirements: A. Describe and illustrate the teams knowledge of design approaches, construction materials, codes/ordinances, costs, and other conditions unique to the geographic area related to the contract for which the submittal is being made. B. Documentation of the firms ability to provide at least 35 percent overall design services in-house from an existing office within the geographical area from which a preponderance of the work related to the specific contract for which the offeror has requested consideration will be drawn. Additional consideration will be given for each major consultant to the prime, i.e. architectural, structural, fire protection, etc., with an existing office within the same geographical area. EVALUATION SF 330s will be evaluated to determine the most highly qualified firm based on the responses from the selection criteria. Evaluating past performance and experience may include review of information provided by the firm, customer inquires, Government databases, and publicly available sources. Failure to provide requested data, inaccessible points of contact, or invalid phone numbers could result in a firm being considered less qualified. The following elements may result in a higher rating and should be addressed accordingly when preparing criteria responses: A. Projects emphasizing administrative and commercial building types B. Projects involving a sustainable design approach and LEED certification C. Projects provided in the SF 330 - Architect-Engineer Qualifications - completed by the office, branch, or individual team member actually performing the work under this contract. SELECTION INTERVIEW REQUIREMENTS: Personal interviews may be scheduled for firms ranked as most highly qualified. Firms slated for interviews may be asked to explain management and design team components, QC process, and to provide design solutions to actual or hypothetical projects, etc. Elaborate presentations are not desired. Site visits will not be arranged during this period. Debriefings of successful and unsuccessful firms will be held after final selection has taken place and will be conducted, to the extent practicable, in accordance with FAR 36.607b. SUBMISSION PACKAGE REQUIREMENTS: The SF 330 is limited to 75 single-sided pages. Minimum font size is 10. Submit five - 5 - copies of SF 330 for the prime offeror. SF 330 should also include teams key sub consultants. Firms meeting the designated geographical limitations and having the capabilities to perform the services described herein are invited to respond by submitting a completed Standard Form 330, Part I and Part II, January 2004 edition, dated not later than September 14, 2007, 1700 Local Time. Firms with branch offices and consultants must submit Part II of Standard Form 330 that should include project samples. Firms must separately address the evaluation factors and relate where information can be found in the submittal package relevant to each factor. The submittal should be forwarded with a cover letter that states the firm is requesting consideration for Solicitation No. AG-04GG-S-07-0039. Submittals should be provided to the address below by September 14, 2007. A pre-proposal conference will not be conducted. Contact John Langley at 360-891-5008 or jlangley@fs.fed.us for technical questions. For other administrative or contracting questions, please contact Vickie Veeder at 541-416-6532 or vveeder@fs.fed.us. All questions must be received by August 30, 2007. Firms must provide one - 1 - original and four - 4 - copies of their entire proposal to the following office: Gifford Pinchot National Forest, USDA-FS 10600 N.E 51st Circle Vancouver, WA 98682 ATTN: Justin Holder, Procurement
 
Place of Performance
Address: Deschutes National Forest, 1001 SW Emkay Drive, Bend, OR
Zip Code: 97702
Country: UNITED STATES
 
Record
SN01385934-W 20070829/070827220249 (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  © 1994-2020, Loren Data Corp.