Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2020 SAM #6800
SPECIAL NOTICE

C -- Sisters Ranger District Compound Site Development

Notice Date
7/10/2020 2:34:11 PM
 
Notice Type
Special Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
FOREST SERVICE
 
ZIP Code
00000
 
Solicitation Number
1204M320R0004
 
Response Due
8/8/2020 4:30:00 PM
 
Archive Date
08/23/2020
 
Point of Contact
Bryce Kamerdula, Phone: 5415231209, Chad Houchin, Phone: 5413835546
 
E-Mail Address
bryce.kamerdula@usda.gov, chad.houchin@usda.gov
(bryce.kamerdula@usda.gov, chad.houchin@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Description This request on the behalf of the United States Forest Service, is being set aside for small business, Architect-engineer (A-E) firms. The NAICS code for this acquisition is 541310 with a small business size standard of $8M.� Background The Sisters Ranger District administrative site is located within the community of Sisters, Oregon and falls within the boundaries of the Deschutes National Forest.� The current administrative site is located on approximately 47 acres of Forest Service land.� This property was partitioned in 2019 and the northern 35 acres is being sold under the Pilot Conveyance Authorities (Pilot). The Forest Service will retain Parcel 2 south, the southern 11.22 acres where the existing district office is currently located.� A site plan and building design is needed for the retained parcel.� The site plan will consider several existing structures that shall remain. Location The Sisters Ranger District Administrative Site is located at the corner of US Hwy 20 and S. Pine Street in Sisters, Oregon. Scope of Services and Basic Site Description The A-E firm must perform all professional services described. In carrying out the required professional services, the A-E firm will provide all labor, materials, supplies, and transportation. The intent of this project is to obtain architectural, engineering, and technical design services for a site development plan and building design for two buildings at Sisters Ranger District Administrative Site. The site design will be provided for the 11.22 acre parcel that the current Sisters Ranger District Office is located.� Building design will include design of a 12,000-14,000 square foot Ranger District Office and 4,980 square foot District Storage Facility. See the attached draft Scope of Work and Site Map documents, which outline the Tasks and additional criteria involved to accomplish these activities. The information in these documents are draft and approximate developments. The final documents shall be submitted to the top ranked firm Request for Proposal (RFP) solicitation. Type of Contract A stand-alone Firm-Fixed-Price (FFP) contract is contemplated. Significant Evaluation Factors A-E firms responding to this announcement will be evaluated on the following evaluation factors listed in descending order of importance: 1. Technical Expertise:� Specialized experience in design, construction, and construction monitoring, within the last three (3) years, with emphasis on facility design, and construction inspection services. Highlight experience in the design of Sustainable Buildings - consideration given to maximum practical use and consistent performance of recovered materials, energy conservation, pollution prevention, and waste reduction as described in Federal Acquisition Regulations (FAR) Subpart 36.6. Proficiency of Quality Control engineers with analyzing and summarizing technical data, providing recommendations, reporting research results, demonstrating technical understanding, familiarity with engineering codes and standards, familiarity with engineering software (CAD, scheduling, designing and estimation), and familiarity with submittal and monitoring phases. Sufficient experience on the Quality Control/Quality Management system.� All work will 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). 2. Personnel Qualification and Retainage: Professional qualifications of the team members assigned to the project including relevant education, registration(s)/license(s), longevity with the firm, engineering qualifications, construction experience, and construction monitoring experience. Ability to provide and retain qualified and suitable candidates that can successfully perform project requirements.� 3. Project Management: Methods, reporting and client communication plan, corporate structure, facilities, systems, equipment, procedures, records management, and other components related to providing effective project execution. Ability to comply with the performance schedule, required or proposed delivery, taking into consideration all existing governmental business commitments. 4.� Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. 5. Past Performance: Past performance on government and/or private industry contracts, with emphasis on facility design, construction, and construction monitoring projects. Highlight past performance of Sustainable Buildings design.� Record of integrity and business ethics including satisfactory compliance with laws related to taxes, labor and employment, environment, antitrust, and consumer protection. 6. Resources: Adequate financial resources and capacity to perform the contract or ability to obtain the resources is required (see FAR 9.104-3(a) Ability to Obtain Resources). Interest Parties Response: This is procured in accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. A-E firms meeting the requirements described in this announcement are invited to submit: (1) a Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II, and (2) any requested supplemental data to the procurement office shown. The SF 330 Part I must clearly indicate the office location where the work will be performed and the qualification of the individuals and the subcontractors proposed to work on the contract and their geographical location. The supplemental data accompanying the SF-330 must include a customer reference list of all projects listed as relevant experience, description of project, dollar value, addresses, telephone numbers, and point of contact. All SF-330 submissions along with supporting data shall be limited to not more than 50 pages, 8 � x 11 paper, 12 pitch. Pages in excess of this maximum limit shall be removed from the package and will not be evaluated by the selection board. Experience identified in Block 19 of SF-330 shall not be more than three (3) years old. Documents must not contain color photos or extraneous information that does not pertain specifically to this Special Notice. Firms responding to the announcement before the closing date is encouraged. These firms will be considered for selection, subject to any limitations indicated with respect to size and geographic location of firm, specialized technical expertise, and other requirements listed. An �Active� registration at the website www.sam.gov, is also a prerequisite. Following an evaluation of the qualifications and performance data submitted, at least three firms that are considered to be the most highly qualified to provide the type of services required will be chosen for possible negotiation. Selection of firms for negotiation shall be made in order of preference based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the specific selection criteria listed in the announcement. Response Date and Time:� All submissions should be sent electronically to Bryce Kamerdula; Contracting Officer no later than August 08, 2020, 4:30pm PST, or prior.� Email address: bryce.kamerdula@usda.gov .� When submitting your documents, the subject line should include �1204M320R0004 Deschutes National Forest Sisters Ranger District Compound Site Development�.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b321dcdcfe084c76acf9605aa8bb6f57/view)
 
Place of Performance
Address: Sisters, OR, USA
Country: USA
 
Record
SN05717308-F 20200712/200710230155 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.