Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2009 FBO #2679
SOURCES SOUGHT

C -- High Knob Observation Tower and Site Design, George Washington and Jefferson National Forest

Notice Date
3/26/2009
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Agriculture, Forest Service, R-9 Ohio River Basin Shared Procurement Cluster, George Washington & Jefferson National Forests, 5162 Valleypointe Parkway, Roanoke, Virginia, 24019, United States
 
ZIP Code
24019
 
Solicitation Number
AG-3395-S-09-0023
 
Point of Contact
Laura M. Ingram,, Phone: 540-265-5113, Anna Bryant,, Phone: 540-265-5115
 
E-Mail Address
lauraingram@fs.fed.us, ambryant@fs.fed.us
 
Small Business Set-Aside
N/A
 
Description
PROJECT INFORMATION: Provide multi-discipline Architect-Engineering (AE) services for design and other supporting services for the project entitled “High Knob Observation Tower and Site Design,” located in Norton, Virginia. Services will be required for architectural, landscape architecture, civil and structural engineering. Also, there will be an option for the provision of construction engineering support to the Forest Service after acceptance of the design. The Forest Service intends for this project to produce a vehicle for showcasing historical and cultural background relevant to the site. The selected AE firm will be required to prepare plans/drawings, specifications, design analyses, and a cost estimate (within described funding limitations) for an observation tower with plaza that blends in with the natural setting. Additional site components for design may include (but are not necessarily limited to): survey and design of paved parking, walks, trails (including an ADA accessible trail from the paved parking lot to the tower), landscaping, and utilities. The raised observation tower and plaza shall feature a 360 degree view and showcase the “High Knob Henge” angle (having to do with how the sun hits the structure during the several seasons), and will incorporate interpretative display panels. Resulting structure shall be simple, low-maintenance and require no staffing presence; will preserve natural vegetation; and will be constructed with durable fireproof materials. Design should be completed with the goal of minimizing the impact on the site of the equipment that will be used to construct it. NAICS CODE: North American Industry Classification System (NAICS) code is 541310 and the size standard is $4.5 million. This project is subject to Full and Open competition in accordance with the Small Business Competitiveness Demonstration Program. SELECTION CRITERIA: One AE firm will be selected to perform the design utilizing the Short Selection Process in accordance with FAR Part 36.602-5. The selection criteria for this particular project are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Qualified firms desiring consideration shall submit two copies of both parts of the completed Standard Form 330, Architect-Engineer Qualifications, and an organizational chart of key personnel assigned to this project, and any additional information requested below that will best demonstrate the interested firm’s suitability for this project. Any pages needed for completion of both parts of the SF 330 can be found at this website: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF SPECIFIC CRITERIA: (a) Professional qualifications necessary for satisfactory performance of required services; (b) Specialized experience and technical competence in the type of work required; (c) Capacity to accomplish the work in the required time; (d) Past performance on contracts with Government agencies; and, (e) Location in the general geographic area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. MORE INFORMATION: To be eligible for contract award, a firm must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov. In addition, prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database (see FAR 4.1102). Completed SF 330 information shall be sent to to the attention of Laura M. Ingram, Contracting Officer, at the address listed below by April 24, 2009 by 4:30 p.m. EST. Submittals by fax will not be considered. THIS IS NOT A REQUEST FOR QUOTATIONS OR PROPOSALS. A solicitation will only be issued to the highest qualified firm as selected through the applicable Brooks Act Procedures.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5a5a01d546d524f31560087ce2a1bcba&tab=core&_cview=1)
 
Place of Performance
Address: George Washington and Jefferson National Forests, 5162 Valleypointe Parkway, Roanoke, Virginia, 24019, United States
Zip Code: 24019
 
Record
SN01778950-W 20090328/090326220804-5a5a01d546d524f31560087ce2a1bcba (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.