Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2009 FBO #2746
SOLICITATION NOTICE

C -- GILLETTE-THOMAS WATER SYSTEM DESIGN - Attachment 1, Statement of Work for Design - Attachment 2, Engineering Report

Notice Date
6/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Eastern Washington ZAP, Colville NF, 765 S. Main, Colville, Washington, 99114
 
ZIP Code
99114
 
Solicitation Number
AG-05G1-S-09-9017
 
Archive Date
7/1/2009
 
Point of Contact
Kris D Bellini, Phone: 509-684-7113
 
E-Mail Address
kbellini@fs.fed.us
(kbellini@fs.fed.us)
 
Small Business Set-Aside
Emerging Small Business
 
Description
Attachment 2 Engineering Report Attachment 1, Statement of work for design GILLETTE-THOMAS WATER SYSTEM DESIGN - The Colville National Forest is seeking a qualified firm to provide professional Architectural and Engineering, Civil and Sanitary Architect/Engineering services for the Gillette-Thomas Water System design, contract document preparation, estimates, troubleshooting, and project design management. Work includes design, plans, specifications, and cost estimate for upgrading the water systems. The water system serves three campgrounds; Gillette Campground, Lake Gillette Campground and Lake Thomas Campground. The water system replacement is only in Gillette and Lake Gillette Campgrounds. Lake Thomas was replaced in 2002 and will need to be considered as part of the hydraulic calculations. The Gillette Thomas CG is located approximately 25 miles east of Colville, WA. Location from Colville, WA, travel east on State Hwy 20 for 24.5 miles then turn left onto Pend Oreille Lake Road/FS Road 200 and follow the road for 0.4 miles. The Gillette Campground on the right and the Lake Gillette Campground on the left are both part of the project areas. The Small Business Competitive Demonstration Program applies (FAR Subpart 19.10). This procurement is an Emerging Small Business Set Aside and restricted to businesses falling within the threshold set by the primary North America Industry Classification System (NAICS) group. The primary NAICS group is 541330, which has a size standard of $4.5 million in average annual receipts. SCOPE OF WORK – See Attachment 1 ENGINEERING REPORT – See Attachment 2 SELECTION CRITERIA AND SUBMITTAL REQUIREMENTS (1) Specialized experience: evaluation will be based upon experience in performing construction design packages for a pressure water system, experience in performing public water system hydraulic designs in campgrounds and recreational areas. (2) Past performance on contracts with government agencies and private industry. Evaluation will be based upon the firm's past experience with other government agencies and the private sector in performing water system design projects including cost control, quality of design, and timeliness of performance of that design under previous contracts. References with telephone numbers must be provided. (3) Professional qualifications: evaluation will be based upon the number of qualified personnel and their knowledge and level of specialized education at the university level, and all other applicable education, training, and certifications together with their availability to perform work on this contract. (4) Technical competence: evaluation will be made based on specialized knowledge and techniques utilized in the design that would enhance performance and length of service of a public used, remote campground, forest recreational water system. (5) Location in the geographical of the project: evaluation will be based upon the knowledge and experience in working in high elevation, remote, recreational, alpine/forest conditions. (6) Capacity to accomplish the work: evaluation will be based upon the number of personnel available, the quantity of existing work under contract, and the schedules for completion of the existing work. SF 330s will be evaluated to determine the most highly qualified firm based on the 6 criteria factors listed above. 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. Selection will be in accordance with the Brooks Act and FAR Part 36 to determine the most highly qualified firm. SUBMITTAL REQUIREMENTS: The SF 330 is limited to 30, 8.5x11 pages. Minimum font size is 10. Submit one of the following: a) 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 sub-consultants) addressing above selection criteria information; or b) one compact disk copy or e-mail transmission, in Adobe Acrobat format, of the complete SF330 being submitted by the firm. ADDITIONAL INFORMATION: All information must be included in the SF 330 package, (cover letter, attachments and excess number of pages will be excluded from the evaluation process). 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. The Short Selection Process (as described in FAR Part 36) will be used as this contract is not expect to exceed the Simplified Acquisition Threshold. Those firms that meet the requirements in this announcement and wish to be considered must submit their packages to: USDA Forest Service, Kris Bellini, 765 South Main, Colville, WA 99114 no later than 4:00 p.m. local time, PST, on June 16, 2009. 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 be accepted. Fax number is 509-684-7283 (call 509-684-7113 to verify receipt). E-mail transmissions: kbellini@fs.fed.us. For question regarding this design and the requirements, contact Jen Knutson at 509-684-7254 or e-mail at jenniferknutson@fs.fed.us.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/05G1/AG-05G1-S-09-9017/listing.html)
 
Place of Performance
Address: Colville, Washington, 99114, United States
Zip Code: 99114
 
Record
SN01832590-W 20090603/090601235139-fb6470783eb271e990b32b456bf311d8 (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.