Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2011 FBO #3541
SOLICITATION NOTICE

C -- Unity Bunkhouse Design

Notice Date
8/3/2011
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Western Washington Acquisition Area, Gifford Pinchot NF, 10600 NE 51st Circle, Vancouver, Washington, 98682
 
ZIP Code
98682
 
Solicitation Number
AG-05K3-S-11-0046
 
Archive Date
9/23/2011
 
Point of Contact
Justin C Holder, Phone: 360 891-5082, Nikki M. Layton, Phone: 3608915080
 
E-Mail Address
jholder@fs.fed.us, nmlayton@fs.fed.us
(jholder@fs.fed.us, nmlayton@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
PROJECT INFORMATION: The U.S. Department of Agriculture, Forest Service, has a requirement for architectural, engineering, and technical design services for the renovation of the existing upper Unity Work Center compound site. The purpose is to develop concept design documents, preliminary design documents, construction documents, and engineering services during construction. Unity Work Center (USFS) is located in Unity, Oregon (pop. 130), which is approximately 35 air miles southwest of Baker City, Oregon. At one time, three compounds (upper, lower, and middle) had comprised the Forest Service owned administrative site. The use of the site has reduced significantly over the past several years and the Forest has conveyed the lower and middle compounds. However, the Upper Compound will continue to serve as a seasonal work center, and will serve as a base for fire and recreation crews. With a population of 130, the town of Unity (over an hour drive from Baker) does not have available rentals or apartments to offer for housing. The ability to respond to forest fires in this locality depends on recruiting and retaining employees - providing bunkhouse space is a critical factor. Most of the existing Forest Service owned housing was located on the lower and middle compounds. The modifications to the Upper Compound are necessary to fit personnel into the existing residual infrastructure. Many of the facilities on this compound are 1930's and 1960's vintage (and are listed in the National Register of Historic Places), and no longer meet current building, occupancy, and health/safety code requirements. Renovations to existing buildings and construction of a new bunkhouse will help make this compound more functional for current and projected future use. The Forest intends to use funds to provide housing for 20 seasonal employees. The Forest would like to remove the modular portion of the existing office (approximately 1,900 square feet), and remodel/expand the remaining stick-frame office (adding approximately 4,000 square feet) into a 20 person bunkhouse as well as design of all associated site/utilities. A site analysis will need to be completed to determine the technical feasibility of this option, or if there is a more technically sound option that should be pursued. This building must be upgraded to meet accessibility and current building code standards, upgrade life safety (fire safety) systems, provide food preparation facilities (kitchen), remove the underground heating oil tank (HOT) and replace with compliant above ground heating oil tank, and upgrade the restroom facilities. Additionally, this project will include energy and sustainability upgrades such as wall and ceiling insulation, thermal-pane windows, upgraded HVAC system, energy-efficient lighting, and installation of a supplemental solar power system. An evaluation and possible replacement of the siding is a component of this project. The IT (radio, telephone, and data) hub for the site will remain in this building and will have to be designed into the project. The successful A/E shall be responsible for providing all materials, supplies, equipment, transportation, and personnel to provide the required architectural and engineering services and will prepare documents containing alternatives, cost estimates, drawings, calculations and recommendations, as appropriate, for completion of the project work. All work shall be completed by or under the direct supervision of architects and/or engineers licensed in the State of Oregon (as appropriate to the work being performed). CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks Act (P.L. 92-582) as implemented in FAR Subpart 36.6. A single firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. The Government anticipates award of a firm fixed price contract for the services described in this synopsis. This project is advertised as a total small business set-aside. Submittals from firms who do not meet the small business requirement will not be considered. The NAICS Code for this project is 541330 and the Size Standard is $4.5 million. All interested firms who meet the small business size standard and choose to submit a Standard Form 330 will be considered. In accordance with FAR clause 52.204-7, Central Contractor Registration (APR 2008), all contractors doing business with the federal government must be registered in the Central Contractor Registration (CCR) database prior to any award. SUBMISSION REQUIREMENTS: Interested parties shall submit the following: One (1) original and one (1) copy of SF 330 for the prime offeror (which also includes a completed Part II for the firm and key sub-consultants) addressing in detail the following selection criteria information. 1. Professional Qualifications: (25%) Professional qualifications necessary for satisfactory performance of required services. Submission requirements: a.Provide brief resumes of proposed team members who will specifically serve as the Project Manager and Designers of Record (Architect, Mechanical Engineer, Electrical Engineer, Landscape Architect, Civil Engineer, Surveyor, Fire Protection Engineer, Structural Engineer, Cost Estimators, etc). Each resume shall include a maximum of five (5) specific completed projects that best illustrate the individual team members experience relevant to this contract scope. b.Provide resumes of other relevant team members. 2. Specialized Experience and Technical Competence: (25%) Specialized experience and technical competence in the type of work. Submission Requirement: a.Describe the team's experience in design and construction of government buildings and bunkhouses. Discuss firm's ability to work with Government entities and design standards or similar relevant experience with other entities. b.Describe the team's knowledge of the charrette process; c.Describe the team's experience in sustainable design, including descriptions of waste reduction techniques, energy modeling, life cycle cost analysis, energy efficiency in facilities designed by the team, and use of local/regional materials on construction contracts. 3. Organization & Management (20%) Discussion of the firm's organization and management process. Demonstrated success of the Quality Control (QC) program used by the firm to ensure quality products. Submission Requirement: a.Outline the firm's approach to design, construction, and project management. Document the ability to handle projects with multiple end-users and complex requirements; b.Describe the team's organization. Provide an organization chart that identifies the overall relationship and lines of authority of the proposed team. Include firm names, key personnel and their discipline/specialty. c.Describe the QC program and identify the person primarily responsible for the QC program. Indicate how the prime will ensure quality consistently across the entire team. d.Address the QC processes for checking and verifying plans and specifications for errors, omissions and quality, documenting design decisions, and incorporating and tracking review comments and completion of construction milestones. 4. Past Performance (15%) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Points of contact provided in other criteria may be contacted. A firm with no record of federal past performance information shall be evaluated neither favorably nor unfavorably. Submission Requirement: a.Provide a detailed narrative of up to ten (10) maximum relevant projects (not ten projects for each firm or consultant), completed within the last five (5) years, that best illustrate overall team experience relevant 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. b.Provide accessible owner points of contact: name, title, address, telephone number, and fax number 5. Capacity (10%) Capacity to accomplish the work in the required time. Submission Requirements: a.Indicate the firm's present workload and the availability of the project team (including sub-consultants/contractors) for the specified contract performance period b.Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates 6. Geographic Location (5%) Location in the general geographical area of the projects and knowledge of the locality of the projects. Submission Requirements: a.Describe and illustrate the team's knowledge of design approaches, construction materials, codes/ordinances, costs, remote locations, and other conditions unique to the geographic area related to the contract for which the submittal is being made. ADDITIONAL INFORMATION All information must be included in the SF 330 package. To be eligible for contract award, a firm must be registered in both the Central Contractor Registration Database (http://www.ccr.gov) and the Online Representations and Certifications Application (http://orca.bpn.gov). The firm rated by the Evaluation Board (EB) as the most qualified shall receive the Request for Proposal package with the terms and conditions applicable to any resultant contract. Should the Forest Service and selected contractor be unable to reach an agreement on a fee and contract terms, the negotiations will be terminated and the Forest Service will enter in to negotiations with the next highest ranked firm. Those firms that meet the requirements in this announcement and wish to be considered must submit their Standard Form 330 per above listed Submission Requirements, to: USDA Forest Service Gifford Pinchot National Forest Attn: Contracting 10600 NE 51st Circle Vancouver, WA 98682 Submissions will be made no later than 3:30 p.m., Pacific Daylight Savings Time, on August 24, 2011. Submittals received after this date and time will not be considered. Firms not providing the required information may be negatively evaluated. Facsimile submittals will not be accepted. E-mail address for inquiries is: jholder@fs.fed.us
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/05K3/AG-05K3-S-11-0046/listing.html)
 
Place of Performance
Address: USDA Forest Service - Region Six, Portland, Oregon, 97208, United States
Zip Code: 97208
 
Record
SN02519795-W 20110805/110803235009-1291a9490b06ded6f018dcc15bd2f8d9 (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.