Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2011 FBO #3568
SOLICITATION NOTICE

C -- Lookout Towers Electrical & Mechanical Condition Surveys

Notice Date
8/30/2011
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Blue Mountain Area, Wallowa-Whitman NF, 1550 Dewey Avenue, Baker City, Oregon, 97814
 
ZIP Code
97814
 
Solicitation Number
AG-04M3-S-11-0068
 
Point of Contact
Andrea J. Stanbro, Phone: 541-523-1342, Lorrie D. Hill, Phone: (541) 523-1233
 
E-Mail Address
astanbro@fs.fed.us, ldhill@fs.fed.us
(astanbro@fs.fed.us, ldhill@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a notification to provide Architectural and Engineering Services to perform electrical and mechanical condition surveys at the listed sites, perform engineering design to correct the deficiencies, deliver contract packages (drawings and specifications) that may be used to have repairs made, and to generate cost estimates that summarize the repair work to be performed on various Lookout Towers located on the Wallowa Whitman National Forest. Estimated start date is September 26, 2011 with a project completion date of September 30, 2012. The lookout towers to be surveyed were built between 1931 and 1978. As a result, existing drawings may not accurately depict on site conditions. Adjacent utility/communications buildings do not have any construction drawings. All sites have no commercial power. Some sites have solar panels, propane heating, lighting, refrigeration, and cooking systems. This project will be completed in two phases: 1. Phase I: Project design and deliverables for each project site, including preliminary construction cost estimate. 2. Phase II: Construction assistance for submittal reviews and onsite inspection services. General Description: 1. Lookout Tower and/or Communications site electrical, mechanical and lightning protection condition survey and analysis. 2. Preparation of preliminary estimates summarizing costs to correct deficiencies found in survey. 3. Design corrections to lightning protection systems for lookout tower sites. 4. Design corrections to propane systems for sites with an existing propane system. 5. Design mechanical and electrical upgrades to correct code violations. 6. Provide standardized details and specifications as identified in the Request for Quotes. 7. Make recommendations to modify existing communications facilities, buildings, (antennae, towers, etc.) to either move these facilities under the cone of protection of the lightning protection system, or separately protect them. 8. Provide lookout "Safety Plan," with instructions for lightning protection and electrical grounding. The plan will be used by the lookout occupants 9. Provide a "Risk Analysis" for each site relating to the lightning protection system and electrical grounding. Project Location: A. Hat Point Lookout: From Joseph, OR, travel approximately 30 miles northeast on Oregon State highway 350 to the town of Imnaha, OR. From Imnaha, travel approximately 25 miles on Forest Road 4240 to Hat Point. B. Heavens Gate Lookout: From Riggins, ID, travel on County Road 517 up the Papoose Creek drainage, which changes to Forest Service Road 517 to its end. The site access is by "foot" from the Heavens Gate Trailhead parking area. The lookout building is approximately one quarter mile from the parking area via a foot-path. C. Johnson Rock Lookout: From La Grande, OR, travel west on I-84 approximately 9 miles and take exit 252 at Hilgard/Hwy 244 south. Travel south on Hwy 244 for approximately 15 miles then turn left on FS Road 51 towards Starkey, OR crossing the Grande Ronde River. Travel approximately 8.1 miles along the Grande Ronde River on FS Road 51. Turn west on FS Road 5115, again crossing the Grande Ronde River, and travel approximately 1.7 miles to FS Road 5115200. Turn south on FS Road 5115200 and travel approximately 5.3 miles until reaching Johnson Rock Lookout. D. Point Prominence Lookout: From La Grande, OR, travel east on State Highway 82 towards Imbler, OR, and turn east on Market Lane. Travel approximately four miles and turn northwest on Lower Cove Road. Travel approximately one mile and turn east and travel up Mt. Harris Road. Mt. Harris Road will change into FS Road 6200. Remain on FS Road 6200 until reaching the junction with FS Road 6220. At this point turn south on FS Road 6220 for approximately 1.5 miles to the junction of FS Road 6220800. Travel on FS Road 6220800 for approximately 0.5 mile until reaching Point Prominence Lookout. E. Harl Butte Lookout: From Joseph, OR, travel approximately 8.1 miles east on Oregon State highway 350 to the junction of County Road 4602 (Wallowa Mountain Loop Road). Turn onto this road, and travel approximately five miles to the Forest boundary where the road becomes Forest Road 39. Travel on Forest Road 39 for approximately 12.3 miles to the junction of Forest Road 3930. Turn onto Forest Road 3930 (Harl Butte Road) and travel approximately 1.6 miles to the junction of Forest Road 3935 (Jayne's Ridge Road). Continue on Forest Road 3930 for approximately 13.6 miles to the junction of Forest Road 3930280. Stay to the left and travel on Forest Road 3930280 for approximately 2.4 miles until reaching Harl Butte Lookout. Submission Requirements: Responses to this announcement will be considered for selection and should include the following: a. Project Specific SF‐330 b. A copy of certification or license Firms desiring consideration shall submit completed above listed items for this project no later than 12:00 PM PST, September 7, 2011 by email to astanbro@fs.fed.us. Evaluation Criteria: Firms responding will be evaluated on the following selection criteria: a. Professional qualifications necessary for satisfactory performance of required services; b. Specialized experience and technical competence in the type of work required, including determining the status and condition of the lightning protection systems, determining the status of the propane gas systems, and performing engineering designs on the electrical and propane gas systems, c. Capacity to accomplish the work in the required time; and d. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. An excellent rating would be achieved if quoter had completed five projects of similar size and complexity as this project within the last 2 years and if the quality of work on all projects was rated highly by all customers contacted. 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. The contract for Architectural and Engineering Services will be negotiated. The firm rated by the Evaluation Board (EB) as the most qualified shall receive the Request for Quotation 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. Estimated price range is between $20,000 and $50,000. Contracting Office Address is Wallowa Whitman NF, P.O. Box 907, Baker City, OR 97814. Point of contact is Annie Stanbro (541) 523-1342 and Jeff Stein (541) 426-5656.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/04M3/AG-04M3-S-11-0068/listing.html)
 
Place of Performance
Address: Wallowa Whitman National Forest, Various Locations, Oregon, United States
 
Record
SN02555011-W 20110901/110830235423-28c8804de5798ea442ea1db0e9d3a11c (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.