Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2009 FBO #2797
SOLICITATION NOTICE

C -- Architect and Engineering Services

Notice Date
7/22/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Southwestern Oregon ZAP, Umpqua NF, 2900 NW Stewart Parkway, Roseburg, Oregon, 97470
 
ZIP Code
97470
 
Solicitation Number
AG-04T1-S-09-0032
 
Archive Date
9/8/2009
 
Point of Contact
Claudia Halkyard, Phone: 541-957-3222, John Beagle, Phone: (541) 957-3397
 
E-Mail Address
chalkyard@fs.fed.us, jcbeagle@fs.fed.us
(chalkyard@fs.fed.us, jcbeagle@fs.fed.us)
 
Small Business Set-Aside
Emerging Small Business
 
Description
Service Center Feasibility Study Umpqua National Forest Project Information: USDA – Forest Service, Umpqua National Forest is seeking a qualified firm to provide professional Architectural and Engineering services for the investigation and evaluation of the feasibility of the conversion of the Umpqua NF Service Center to an office/ administrative complex for the Forest Headquarters. The project site is located at 2691 Diamond Lake Boulevard in Roseburg, Oregon. It is located approximately 2.0 miles east of Interstate 5, Exit No. 124 via State Highway 138. General Scope of Work: The intent and objective of this contract is to obtain architectural, engineering, landscape architectural and technical planning services for the preparation of a feasibility study report with conceptual options for development work to locate office facilities at the existing site of the Umpqua National Forest Service Center. The purpose of this contract is to determine the feasibility, options and costs of remodeling and constructing facilities to accommodate the integration of the U.S. Forest Service, Umpqua National Forest (USFS) headquarters office (Supervisor’s Office) at the site. The A-E services shall meet the requirements and criteria listed in all sections of the prospectus (provided by the USFS) and state and local building code requirements. The Service Center site is a 2.92-acre parcel owned by the USDA Forest Service. The site is presently used for USFS shop and warehouse space, and fleet vehicle storage. The site includes a 1930’s era wood frame automotive shop building of approximately 17,000 square feet. Exterior siding and windows have been replaced, and mechanical and electrical systems, and some interior spaces in this building have been remodeled within the past 25 years. The site also includes three smaller single story wood frame 1930’s era warehouse/ storage buildings, and a small 1970’s era wood frame telecommunications equipment repair shop building. The A-E firm shall: 1. Analyze and document the major architectural and engineering aspects of the existing site and automotive shop building as background for determining the feasibility of constructing additional office facilities to accommodate the Forest Headquarters office space. 2. Prepare at least three conceptual site layout options for developing 20,000 to 26,000 square feet of office space and associated parking spaces at the site. The site planning options to address possible scenarios for development which include building facilities for the USFS headquarters office with variations on the extent and type of building construction and remodeling existing facilities. 3. Develop a conceptual and budgeting cost estimate for each site development/ facility conversion option for site development and office construction. The options shall evaluate the feasibility of and include consideration of conversion of the existing automotive shop building into office space, while maintaining a traditional building appearance from Diamond Lake Boulevard. One of the options shall include provisions for retaining a reduced amount of warehouse and shop space at the site. The other options would not need to include shop and warehouse space. Some of the options should also include removal of the existing smaller warehouse/ shop buildings to facilitate new building construction and parking needs for the Headquarters Office. The services to be provided shall include a site investigation, fact finding and gathering, analysis, documentation, and coordination of data with the USFS, and coordination with appropriate offices of State of Oregon, Douglas County, and the City of Roseburg as is necessary to assure a complete and accurate report. The site investigation and analysis shall include a review of existing site conditions, a preliminary structural review of existing automotive shop building, review of existing utility systems serving the site, review of the existing mechanical and electrical systems in the automotive shop building, and evaluation of site access considerations. The completed report, analysis and associated drawings shall be completed and stamped by a professional Architect or Civil Engineer registered in the state of Oregon. Structural design work will be completed by a professional architect and/or structural engineer. The prime contractor (A-E professional) may use subcontractors to complete the contract. To complete the analysis work, firms must have employees or consultants to complete the required services and who are registered as professional architects, civil engineers, mechanical engineers and electrical engineers in the state of Oregon. Submittals from the A-E Services provider and Forest Service review will be required for the following stages of the work: • Conceptual Alternatives - including site visit/ investigation; analysis of existing utilities, site access and the automotive shop structure; development of conceptual alternatives; and draft outline of the study report (50% review). • Draft Report - including draft study report, cost estimates and final drawings of each conceptual site, utility, building, parking development option (85% review). • Final Report - including final report, drawings, cost estimates and supporting analysis (100% review). The Forest Service will be allowed up to 14 calendar days for each review. SELECTION CRITERIA:: One A-E firm will be selected to perform the site planning work utilizing the Short Selection Process in accordance with FAR Part 36.602-5. Potential contractors shall be evaluated in terms of the technical evaluation criteria identified below by demonstrating their understanding of Forest Service policies, regulations and standards, the intent and objective of the contract, the type, size and scope of the project. Specific Technical Evaluation Criteria: A-E firms responding to this announcement will be evaluated on the factors listed below in descending order of importance: (1) Professional Qualifications. Offeror shall provide specific information to demonstrate the necessary professional qualifications for the satisfactory performance of the required services. Firms that demonstrate qualifications of available/proposed personnel (employees, consultants and those from affiliated firms) including professional architects, landscape architects, civil, mechanical and electrical engineers, and AutoCAD capable technicians as appropriate for the described project will be given greater consideration. Evaluation will consider education, training, registration, and overall and project relevant experience. (2) Specialized Experience. Firms will be given greater consideration for specialized experience and technical competence demonstrated by relevant examples of previous work in site development planning, design of office buildings (under 50,000 square feet) and other small commercial structures, and planning and design of the conversion of historic buildings to other uses for projects located in Pacific Northwest. (3) Capacity to Perform the Work. Offeror shall provide specific information supporting that they (including subcontractors) will have the capacity to perform the required work in addition to their existing workload within the required time frames. (4) Past Performance. Offeror shall provide specific information on contracts of similar type, size and scope of this project with in terms of quality of work, cooperation with client, and compliance with contract requirements and time frames. (5) Past Experience Working with Federal Agencies. Firms with previous experience planning and designing buildings for the Forest Service, BLM or other federal agencies will be given additional consideration. (6) Location and Geographic Knowledge of Western Oregon. Offeror shall provide information on the following: a) Location of the firm in relation to the general geographic area of Roseburg, Oregon in order to facilitate the project site visit and project review meetings, and coordination with local utility providers and agencies. b) Their general knowledge of the geographical area of the Umpqua National Forest and demonstrated knowledge of potential work conditions, construction methods, materials, suppliers, etc. Submittal Package Requirements: Qualified firms desiring consideration shall submit: 1) Two (2) copies of Standard Form 330 (SF 330), Parts I and II, Architect-Engineer Qualifications, 2) An organizational chart of key personnel assigned to this project showing the names and roles of all key personnel listed in Section E with the associated firm as listed in Section C of form SF 330, 3) Responses to the evaluation criteria outlined above 4) Any additional information that will best demonstrate the interested firm’s suitability for this project. Submittal package will be in an 8 ˝” x 11” inch format, spiral bound, developed and assembled in a manner that chronologically corresponds to and addresses the Technical Evaluation Criteria and should not exceed 40 double-sided pages, including the SF 330. Please include DUNS, CAGE, and TIN and state registration numbers in Block 30 of the SF 330. Copies of SF 330 are also required for all consultants, subcontractors or joint firms. SF 330 form can be found at the following website: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF. This synopsis is the only notification that is required for this acquisition. Failure to submit a package with all required documentation outlined in this synopsis may result in disqualification of the firm. Offerors are informed that the SF 254/SF 255 are no longer permissible and will not be considered in response to this announcement. SEND PACKAGE TO: : USDA - Forest Service Umpqua National Forest Attn: Claudia Halkyard 2900 NW Stewart Parkway, AQM - Room 201 Roseburg, OR 97471 Submissions received via email or facsimile will not be considered. Responses must be received no later than 5:00 pm, Pacific Time, August 24, 2009. Solicitation packages are not provided for A-E contracts. This is not a request for proposal. Contract Information: A Firm Fixed-price A-E Services contract will be awarded for site investigation, analysis and planning work. Estimated start date for the contract is on or before October 1, 2009, with a base contract period of 165 calendar days. This acquisition is for architect-engineer (A-E) services, and is procured in accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the FAR. A-E firms meeting the requirements described in this announcement are invited to submit: (1) a Standard Form 330, Architect-Engineer Qualifications, Parts I and II, and (2) any requested supplemental data to the procurement office shown. Firms registering for consideration for future Federal A-E projects are encouraged to electronically submit SF 330 Part II, General Qualifications, to http://www.bpn.gov/orca/login.aspx, and to update at least annually. Firms with a SF 330 Part II on file in this central Federal database do not need to submit a Part II for this acquisition unless directed by the announcement. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of firm, specialized technical expertise or other requirements listed. Following an evaluation of the qualifications and performance data submitted, three or more firms that are considered to be the most highly qualified to provide the type of services required will be chosen for negotiation. Selection of firms for negotiation shall be made in order of preference based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the specific selection criteria listed in the announcement. This project is set-aside for Emerging Small Businesses. The NAICS code is 541310 and the Size Standard is $4.5 million. Note: Registration in Online Representations and Certifications Application (ORCA) is required to be considered for this acquisition (http://www.bpn.gov). Prospective awardee shall be registered in the Central Contractor Registration (CCR) database prior to award. Information on registration may be obtained via the internet at: http:www.ccr.gov or by calling 1-888-227-2423. Questions regarding this acquisition must be received via e-mail no later than August 5, 2009, 12:00 pm, Pacific Time, addressed to Claudia Halkyard at chalkyard@fs.fed.us. Answers to all offeror questions will be posted as an amendment to this synopsis as soon as practicable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/04T1/AG-04T1-S-09-0032/listing.html)
 
Place of Performance
Address: Umpqua National Forest, Service Center, 2691 Diamond Lake Boulevard, Roseburg, Oregon, 97470, United States
Zip Code: 97470
 
Record
SN01883915-W 20090724/090722235854-4fc298999a2a656661e7f884d4094c14 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.