Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2010 FBO #3156
SOLICITATION NOTICE

C -- Wilson Creek Crossing Design

Notice Date
7/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Forest Service, R-5 Sierra Cascade Province (Lassen Plumas and Modoc NF's), 2550 Riverside Drive, Susanville, California, 96130
 
ZIP Code
96130
 
Solicitation Number
418185
 
Point of Contact
Don Tinsley, Phone: (530) 252-6407, Michell D. Gutierrez, Phone: 5302526673
 
E-Mail Address
dtinsley@fs.fed.us, mdgutierrez@fs.fed.us
(dtinsley@fs.fed.us, mdgutierrez@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
The Shasta Trinity National Forest requests engineering services from an A/E firm for the design, preparation of plans and specification for the construction for the Wilson Creek Crossing. The Wilson Creek Crossing is located on Forest Service Road 30N03 at milepost 2.33, in Trinity County, California, on the Yolla Bolla Ranger District, Shasta Trinity National Forest. The structure will replace an existing 110 foot long, seven (7) foot diameter corrugated metal plate culvert. The vertical stream channel grade is a barrier to aquatic organism passage. The new structure, associated channel restoration and road re-construction will be designed to accommodate passage of aquatic organisms. A survey of the site has been performed and a site plan has been developed by the Forest Service. Core Drilling at the site has been performed and geotechnical design information will be provided for the foundation design of the structure. This will be available to the contractor. Additional survey work may be required to collect topographic data for use in the preparation of the Stream Simulation. Work also includes field geomorphic reconnaissance and assessment, discharge measurements, hydrologic and hydraulic assessment, minor geotechnical investigation, data reduction and calculations, design narrative report, design, site layout and producing AutoCAD drawings. The project will be completed in two phases. The first phase will include a QC plan, stream simulation preliminary submittal and a type selection report. The second phase will consist of the final design and submittal including; Statement of Work, Special Project Specifications, Design Drawing Package, and Prepare Engineer's Estimate of Cost" The design will be in accordance with Forest Service and AASHTO design standards. Firms interested in providing design services are invited to submit Standard Form 330, Architect-Engineer and Related Service Questionnaire. Firms responding to this announcement on or before the closing date will be considered. SF 330's will be evaluated to determine the most highly qualified firm based on the five factors listed below. Selection will be in accordance with Brooks Act and FAR Part 36.6 to determine the most highly qualified firm. Selection of the firm for negotiation will be based on the demonstrated competence and qualifications necessary to perform this specific requirement and include (1) professional qualifications necessary for satisfactory performance of the required service; (2) specialized experience and technical competence in the type of work required; (3) capacity to accomplish work in the required time; (4) past performance on contracts with respect to quality of work and compliance with performance schedules; and (5) geographic location and knowledge of the locality of the project. Please submit one (1) complete copy of the information requested to the address shown above, Attention Donald Tinsley, Contract Specialist. Facsimile and e-mail submissions will be accepted. Email submissions are preferred. E-mail transmission to dtinsley@fs.fed.us or fax to (530) 252-6408. All offers must provide a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or must have completed their annual representations and certifications electronically at http://orca.bpn.gov. DUNS number _________________. This acquisition is open to all responsible offerors.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/9JNE/418185/listing.html)
 
Place of Performance
Address: Shasta-Trinity NF, 3644 Avtech Parkway, Redding, California, 96002, United States
Zip Code: 96002
 
Record
SN02204972-W 20100716/100714234440-0593a2ce847d1797356dddedc0ad1210 (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.