Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2012 FBO #3710
SOURCES SOUGHT

C -- Sources Sought- 8(a) Engineering Design Services

Notice Date
1/19/2012
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
BLM OC-NOC CONST A&E SEC(OC664)DENVER FEDERAL CENTERBLDG. 50POB 25047DENVERCO80225US
 
ZIP Code
00000
 
Solicitation Number
L12PS00051
 
Response Due
1/27/2012
 
Archive Date
2/26/2012
 
Point of Contact
Miguel A. Vasquez
 
E-Mail Address
mavasquez@blm.gov
(mavasquez@blm.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
This is a SOURCES SOUGHT notice. This notice IS NOT A Request for Proposal (RFP). No contract will be awarded from this announcement. DESCRIPTION: The Bureau of Land Management has a requirement for Engineering Design Services. These services will provide for work to be performed for a Historic Condition Assessment and Recommendation for Stabilization. The applicable NAICS Code for this requirement is 541330. PURPOSE OF NOTICE: This Sources Sought is being used as a market research tool to determine potential 8(a) Small Business sources prior to determining the method of acquisition and issuance of an RFP. The Government is not obligated and will not pay for any information received from potential sources as a result of this notice. We are only requesting capability statements from 8(a) contractors at this time. RESPONSE DEADLINE: Interested 8(a) sources shall submit a Capability Statement by January 27, 2012 (5 pages or less).CAPABILITY STATEMENT: Capability package must include the following: (1) company name and address (2) company Point of Contact (3) email address (4) phone number (5) end date of 8(a) eligibility (6) specifics addressing the DRAFT SOW specified below (7) related past performance (8) general corporate information and (9) DUNS number and business classification. Electronic responses are acceptable if prepared in a Microsoft 2003 compatible format; Email electronic responses to mavasquez@blm.gov with " L12PS00051 Sources Sought" in the subject line of the Email. PERIOD OF PERFORMANCE: The Period of Performance is estimated to be 60 Calendar days with the anticipated performance commencing on approximately March, 2012. TYPE OF CONTRACT: It is the Governments intention to award a single Firm Fixed Price contract to the offeror who provides the best overall value to the Government. PROJECT LOCATION: Fort Craig is located near San Marcial, New Mexico in Socorro County on BLM lands approximately 35 miles South of Socorro, NM. REQUIREMENT: This contractual effort consists of an intensive assessment of the condition of the Commanding Officer Quarters and full recommendation for stabilization of the walls with detailed specifications on complete methods, properties of materials, and procedures to be used for the stabilization of the structure. All assessment practices and stabilization recommendations shall conform to The Secretary of the Interiors Standards for the Treatment of Historic Properties and must have the approval of a professional who meets the standards outlined in The Secretary of the Interiors Standards Professional Qualifications Standards pursuant to 36 CFR 61. Please review DRAFT Statement of Work: STATEMENT OF WORKCondition Assessment Requirements: A.The Contractor shall complete a survey of the condition of the existing mortar, masonry, and stucco:1.Type, composition, and compressive strength (psi) of masonry units shall be identified.2.Presence, including nature and color, of staining shall be identified.3.Note existing general masonry failures that include, but are not limited to:a.Cracksb.Settlingc.Block movementd.Pointing failuree.Repairsf.Moistureg.Chipping4.Properties, composition, and strength of historic mortar shall be identified.5.Examine condition of existing mortar joints and make notes to include, but not be limited to:a.Flakingb.Powderingc.Leakingd.Cracking and distortion6.Identify cause and location of stucco deterioration.7.Note location, and condition of areas where water pools:a.Standing waterb.Streakingc.Pockets or perforations8.Locate areas with signs of erosion and/or wear and note the nature and location:a.Distinguish between erosion caused by environmental factors and normal exposure, versus that caused by human factors.b.Carefully monitor and record all areas of erosion and wear, use this information in establishing recommendations for stabilization.9.Identify structural problems and examine surfaces for evidence of movement, cracks, and breaks:a.Hairline cracks/crevices. Active or inactive?b.Structural cracks. Active or inactive?c.Broken or missing piecesd.Damage or shifting at joints10.Laboratory analysis of historic mortar type and color shall be conducted. Laboratory report of wet chemical and microscopic analysis shall be used to characterize the insoluble aggregate, determine binder-aggregate ratio, identify appropriate sources for sand aggregate, and prepare a mix design for replacement mortar. Stabilization Recommendation Requirements: Detailed methods and techniques for the following requirements shall be included but not limited to stabilization recommendations as (and where) necessary based upon the results of the complete condition assessment: A.The Contractor shall submit a complete system for joint removal:1.Mortar removal methods shall be detailed and include description of power and /or mechanical tools necessary for removal of mortar.2.Depth of mortar to be removed shall be determined. B.The Contractor shall submit a complete system for raking and repointing:1.Masonry cleaning shall be completed prior to beginning raking and repointing work.2.A detailed schedule of the areas to be repointed, including detailed procedures for repointing that consist of methods and materials to be used for joint filling, finishing, and curing.a.The Contractor shall indicate masonry joint styles and mortar colors to be used with a detailed schedule of joint locations. Mortar to be used shall match historic mortar and have greater vapor permeability and be softer, measured in compressive strength, than the masonry units and original existing mortar.C.The Contractor shall submit a complete system for masonry replacement/repair:1.A detailed schedule including location of the areas for repair and detailed procedure for masonry repair that may consist of, but not be limited to:a.Removal of existing patchesb.Stone replacement c.Stone pinningd.Anchoringe.Patchingf.Groutingg.Crack RepairD.The Contractor shall submit a detailed schedule of the areas to be stuccoed, including a historic stucco analysis, and detailed procedures for stucco repairs. Period of Performance:Contractor shall complete work within sixty (60) days of receiving the Notice to Proceed. Project Milestones:The Contractor shall propose a schedule according to the milestones and start and end dates noted below:Site Survey / Information GatheringCondition Assessment Documents (Draft and Final Report)50% Draft Design for StabilizationBLM Review Period and Comments (10 business days)On-site field review meeting75% Draft Design for StabilizationBLM Review Period and Comments (5 business days)95% Draft Design DocumentsBLM Review Period and Comments (5 business days)100% Complete Design Documents Review time commences upon receipt by the government.Deliverables/Submittals: Documentation of the work, photographs, drawings, test reports, condition assessment, design cost estimate, stabilization schedules and systems shall be submitted in hard copy and electronic format. Original and one copy of Design Drafts, Final Design, RFP-Contract Docs, and Auto CAD drawings shall be submitted to the Contracting Officer, in electronic and hard copy format. Work Schedule: The schedule shall be submitted at the pre work conference. When requested, submit an updated schedule within 3 calendar days.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/NCR/L12PS00051/listing.html)
 
Record
SN02657146-W 20120121/120119234311-b15dc0fb35483ac5a5a09525fac014af (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.