Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2007 FBO #2188
SOLICITATION NOTICE

C -- Mount Ranier National Park Longmire and Sunshine Point Mount Rainier Emergency Flood Protection

Notice Date
11/21/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
DSC-CS Contracting Services Division National Park Service P.O. Box 25287 Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
N2011080617
 
Response Due
12/24/2007
 
Archive Date
11/20/2008
 
Point of Contact
Nicole Haines Contract Specialist 3039692473 Nicole_Haines@nps.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
General: The National Park Service, Department of Interior, intends to negotiate a sole source, Architect -Engineering Services Contract with ENTRIX, Inc, 2701 First Ave, Suite 500, Seattle, WA 98121 to acquire the below listed services. The NAICS code for this requirement is 541310, size standard $4,500,000.00 In early November 2006, Mount Rainier National Park received almost 18 inches of rainfall in 36 hours. Rivers and streams all over the park overwhelmed their channels, with floods that exceeded anything the park had experienced in its 108-year history. The Longmire Levee protects culturally significant buildings, offices, seasonal housing, and access roads that together comprise the Longmire Historic District (a part of the Mount Rainier National Historic Landmark District). The Longmire Levee was destroyed and the banks eroded on both sides of the river. Emergency flood control repairs were done to the levee at Longmire in the fall of 2007 to provide protection to the infrastructure on the north bank at Longmire from the anticipated normal winter flows in 2007. Significant damage was also done in the Sunshine Point vicinity which caused severe bank erosion and damage to the main roadway in the park. Emergency repairs were done to re-open the road. The intent for this contract is to provide engineering analysis and design for additional flood control measures to improve protection of the Longmire historic area on the north bank of the Nisqually River. Work shall include additional hydrology analysis and preparation of design solutions that address the known environmental factors that combine to threaten park assets at the Longmire historic district and the Sunshine Point road. In both areas NPS is interested in evaluating engineered logjams (ELJ's) or similar natural bank stabilization techniques. This work will require staff that specializes in this relatively new field of bank stabilization technology. It is also imperative that the design team have experience working on large bed-load, glacial fed rivers, unique to Mount Rainier National Park. This acquisition is being conducted under the procedures of FAR 5.201 and 6.302. The subsequent contract will be negotiated in accordance with FAR 36.606 and FAR Part 15. The Government believes that the identified contractor is the "only one responsible source" as defined by FAR 6.302-1 for the required Architect-Engineering services. Firms that believe they can provide the required services described below are encouraged to identify themselves and give written notice to the Contracting Officer. PRIMARY SERVICES REQUIRED: 1) Prepare a technical report, and develop and analyze alternatives for flood protection at Longmire and Sunshine Point. 2) Develop flood protection measures to provide long-term stabilization and protection to the existing Longmire structures on the north bank, and the park road at Sunshine Point, from future flooding. The designs shall facilitate future maintenance of the structures. 3) Provide design calculations, drawings, and reports needed for the park staff to obtain any necessary 404/401 permits. 4) Prepare a preventative maintenance plan for the existing and proposed flood control enhancements at Longmire that includes debris disposal options and a sediment management strategy. In the first phase of work the Contractor will be responsible for completing a project work plan, draft technical report and hydrology report, value based decision making, draft schematic design, outline specifications, Class B cost estimate, and preventative maintenance plan. Phase II may include development of Construction Documents and construction monitoring services to assist Park construction staff. REQUIRED DISCIPLINES: Civil, Hydrology, and Fluvial Geomorphology design/engineering specializing in engineered logjams and documentation services, surveying, geotechnical engineering will be required. Incidental services, e.g. CADD drafting, word processing, cost estimating, etc., may be required in the performance of specific task order requirements. Firms believing they can provide the required services must provide supporting evidence in sufficient detail to demonstrate the respondent's ability to meet the stated requirements via submission of Standard Form 330, Parts I and II. This notice is not a request for competitive quotes. All responses received within 30 days of the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed action based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Inquiries will only be accepted by FAX at (303) 987-6646, Attention: Brenda Karl. Responses should include the completed SF 330 Parts I and II, the firm's Dun and Bradstreet number and identification of the firm's business size in accordance with the size standard. Title of Project: Mount Rainier Emergency Flood Protection Description: The work of this proposed contract action consists of fluvial geomorphology studies, design of bioengineered flood protection, for Longmire and Sunshine Point in Mount Rainier National Park. It also includes the development of a preventative maintenance plan for Longmire. Type of Procurement: A firm-fixed A/E contract is anticipated.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2766183)
 
Place of Performance
Address: Pierce County, Washington State
Zip Code: 983049751
Country: USA
 
Record
SN01456925-W 20071123/071121224005 (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.