Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2004 FBO #0851
SOLICITATION NOTICE

C -- Sullivan Lake Water System Analysis

Notice Date
3/24/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Eastern Washington ZAP, Colville NF, 765 S. Main, Colville, WA, 99114
 
ZIP Code
99114
 
Solicitation Number
RFQ-R6-21-04-20
 
Response Due
4/8/2004
 
Point of Contact
Sharon Gies, Office Automation Assistant, Phone 509-684-7203, Fax 509-684-7280, - Cathy Van Alyne, Contract Specialist, Phone (509) 684-7114, Fax (509) 684-7280,
 
E-Mail Address
sgies@fs.fed.us, cvanalyne@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
REQUEST FOR 254?s AND 255?s DUE APRIL 8, 2004 RFQ R6-21-04-20 SULLIVAN LAKE WATER SYSTEM ANALYSIS SULLIVAN LAKE RANGER DISTRICT COLVILLE NATIONAL FOREST CLASSCOD: C ? Architect and Engineering Services OFFADD: USDA Forest Service, Colville National Forest, Acquisition Management, 765 South Main, Colville, WA 99114 SUBJECT: C ? Sullivan Lake Ranger District Water System Analysis SOL: R6-21-04-20 ISSUE DATE: March 23, 2004 DUE DATE: April 8, 2004 POC: Sharon Gies, (509) 684-7203 The Colville National Forest is seeking an Architect-Engineering Planning Firm to provide an analysis and written report on the Sullivan Lake Water System. Sullivan Lake Water System, State ID #FS8900 is a class A, transient non-community system. The extent of the evaluation includes evaluating the adequacy of supply, storage and distribution systems for purposes of normal domestic uses as well as irrigation and fire flow, compliance with Washington State regulations, and adequacy of current operations and management. The project is located at the Sullivan Lake Administrative Site, 80 miles northeast of Spokane, Washington in Pend Oreille County. The scope of the work is as follows: Review of existing system data Site visit/system inventory Evaluate system elements including storage, supply, distribution system, controls, etc. Evaluate system operation and maintenance Summarize system adequacies/deficiencies/condition Determine recommended design criteria Create and analyze system hydraulic model Identify/evaluate improvement alternatives; two minimum Summarize present and anticipated future Washington State regulations and evaluate current level of compliance Summarize requirements for any proposed improvements as well as any other permits/approvals The end product will include a written report, including at a minimum, the following: executive summary, description of existing system, design criteria, evaluation, alternatives for improvements, recommended improvements including costs, summary of state regulations, system drawings provided backup in Auto Cad. Considerations of the project include: 1) The Government will provide access to existing plans and files; Auto Cad of the site, including some system information; well log; sanitary surveys, 2) The system serves 4 summer homes, administrative site, and two campgrounds. The following expertise is anticipated: 1) Professional Civil and Environmental Engineering, 2) Auto Cad, and 3) Electrical Engineering. It is estimated the project work will begin May 15, 2004, with a completion date of July 15, 2004. Selection of firms for negotiation shall be through an order of preference based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required. The significant evaluation factors listed are in relative order of importance: (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) 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; and (6) Additional points may be assigned or credit given to potential Contractors that are or will subcontract with a Small Business Administration certified 8(a) contractor or other small disadvantaged business. This project is advertised and solicited by using FAR Part 36.6 procedures. The award is being issued pursuant to the Small Business Competitiveness Demonstration Program; therefore, this project is 100% set aside for emerging small businesses. An emerging small business is defined as ?a small business concern whose size is not greater than 50 percent of the numerical size standard applicable to the North American Industry Classification System (NAICS) code assigned to a contracting opportunity?. The NAICS code is 541330 with a small business size standard of $4 million. The project is estimated less than $25,000. There is no solicitation package to request. Firms desiring consideration must respond to this announcement by submitting four (4) copies each of SF-254 and SF-255; examples of similar work; and any other appropriate data necessary for evaluating their technical capabilities. Firms shall use the SF-255 form Block 10 (extra sheets may be used) to provide specific information on the firm?s experience in corridor management planning and other similar experience, an outline of the proposed approach and the schedule for accomplishing this work. All responsible sources, which respond to this synopsis with the required SF-254?s and SF-255?s and examples of similar work, to the Contracting Officer will be considered. All firms who have standing SF-254/255?s on file in any FS office must respond to this announcement with current SF-254/255 relative to the referenced solicitation. All responses must be received by this office no later than close of business 4:30 p.m. local time, April 8, 2004. The information may be mailed to Cathy Van Alyne, Contracting Officer, Colville National Forest, 765 South Main, Colville, Washington 99114. Contractors wishing additional information should call the technical representative, Lou Janke at (509) 684-7230 or via e-mail at ljanke@fs.fed.us. SF-254/255 Forms are available at www.gsa.gov.
 
Place of Performance
Address: 12641 Sullivan Lake Rd., Metaline Falls, WA
Zip Code: 99153
Country: US
 
Record
SN00553025-W 20040326/040324224000 (fbodaily.com)
 
Source
FedBizOpps.gov 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.