Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2010 FBO #3077
SOLICITATION NOTICE

C -- RECOVERY Structural Analysis of Fire Lookouts

Notice Date
4/26/2010
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Forest Service, EROC Northwest, 16400 Champion Way, Sandy, Oregon, 97055, United States
 
ZIP Code
97055
 
Solicitation Number
AG-0489-S-10-0491
 
Point of Contact
Tonya R Rymer, Phone: 503-668-1703, Jessica M. Wilson, Phone: 503-668-1707
 
E-Mail Address
trymer@fs.fed.us, jessicawilson@fs.fed.us
(trymer@fs.fed.us, jessicawilson@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
The US Forest Service EROC Northwest is seeking a qualified firm to provide professional Architect and Engineer services for detailed safety/code inspections, structural analysis, cost estimate development, design drawings development, and specification development for several, remote fire lookout towers on the Malheur National forest. Buildings: 1. Most of the lookout towers were built from 1920 to 2002. 2. Sites have no commercial power. Some sites have solar panels, propane heating, lighting, cooking systems. This project shall be completed in two phases: 1. Phase I: Field Investigation, site visit and measurements 2. Phase II: Deliverables as Required by this Contract. The work will consist of but not be limited to the following: • Each tower shall receive a thorough field inspection to determine its general condition. Inspection methods such as coring of concrete, magnetic particle, dye penetrant, ultrasonic inspection, stress wave velocity, wood member coring, hammer soundings, moisture content etc., shall be done as necessary. The inspection shall check the overall condition of the tower for items in need of repair or maintenance to determine the safe occupancy of employees. All deficiencies are to be recorded and reported. • Towers which are obviously in such deteriorated condition that safe lookout personal use is not practical shall be reported to the CO, COR, or a responsible Forest Officer, immediately. • All towers shall be inspected and a structural analysis conducted to determine the safety and adequacy of each tower in their current condition. The analysis shall be made according to applicable sections of the latest editions of the International Building Code as amended by the State of Oregon, industry standard guidelines, and ASCE recommendations. • A report narrating the field investigation findings, recommendations, results of the structural analysis, and cost estimates shall be developed. Design drawings and specifications shall be developed in conjunction with the report. The drawings and specifications shall be sufficient in detail to be used for contract documents correcting the tower’s deficiencies. There is no solicitation package to download. All information needed is to submit responses on Standard Form (SF) SF-330 (Part 1 and 2). Selection will be in accordance with the Brooks Act and FAR Part 36 to determine the most highly qualified firm. Contractors should ensure the following information is included in your response. SELECTION CRITERIA. Firms responding to this notice will be evaluated and ranked using the following selection criteria. The selection criteria are listed below in descending order of importance. The technical evaluation will consider how each issue is addressed and how it is formatted in order to coincide with the indicated selection criteria. Firms responding to this public notice will be evaluated and ranked using the selection criteria listed below. Organize your documents providing the required information in a logical manner in the order as presented herein. Required documents will include, as a minimum Standard Form 330. The firm may include a separate attachment or brochure that specifically addresses the requirements of this notice, including references to the SF 330. (1) Professional Qualifications: Provide brief resumes of proposed team members who will specifically serve and perform technical tasks under this contract. Provide resumes of other relevant team members such as Architect, Civil Engineer, Structural Engineer, and Cost Estimator. Each resume shall include a maximum of five specific completed projects that best illustrate the individual team members experience relevant to the contract scope. (2) Specialized Experience and Technical Competence: Provide a detailed narrative of up to ten maximum relevant projects completed within the last five years, that best illustrate overall team experience similar to this contract scope. List projects that demonstrate the team’s experience with projects of similar size and scope to those to be performed under this contract. (3) Past Performance: Discuss firm’s ability to work with Government entities and design standards or similar relevant experience with other entities. For each Federal project provided as experience, provide a copy of all performance evaluations issued for the contract. For non-Federal contracts, provide facility owner documentation of the firm’s performance issued on that contract. If no documentation exists, so state. Provide accessible owner points of contact (Name, title, address, telephone number, and fax number). Provide copies of awards and letters of appreciation and commendation. Qualified firms are invited to submit Standard Form 330, Architect-Engineer Qualifications not later than 2 pm (Pacific Time) on May 25, 2010 to US Forest Service, EROC Northwest, 16400 Champion Way, Sandy, OR 97055, Attn: Tonya Rymer. Responses should include an original and one copy. Email responses will be considered if received by the response date. The Small Business Competitive Demonstration Program applies (FAR Subpart 19.10). This procurement will be unrestricted and therefore is open to all businesses regardless of size. The primary NAICS is 541330, which has a size standard of $4.5 million in average annual receipts. Only those firms responding by that time will be considered for selection. Inquiries regarding this invitation should be in writing and directed to Tonya Rymer, email: trymer@fs.fed.us.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b68c06bf8b3cf0ee7acc8ddadbae0a95)
 
Place of Performance
Address: Malheur National Forest, Oregon, United States
 
Record
SN02131956-W 20100428/100426234639-b68c06bf8b3cf0ee7acc8ddadbae0a95 (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.