Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2011 FBO #3564
SOLICITATION NOTICE

C -- Architectural and Engineering Services for design of the Tupper Work Center Bunk House

Notice Date
8/26/2011
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Blue Mountain Acquisition Management Area, Umatilla NF, 2517 SW Hailey Avenue, Pendleton, Oregon, 97801
 
ZIP Code
97801
 
Solicitation Number
AG-04M3-S-11-0067
 
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 notification to provide Architectural and Engineering Services for design of the Tupper Work Center Bunk House and related site work on the Heppner Ranger District of the Umatilla National Forest. Estimated start date is September 26, 2011 with a project completion date of March 26, 2012. The Tupper Work Center is occupied seasonally by Forest Service fire personnel and project work personnel. Additionally, the site is used as an outdoor education school for six local elementary schools and a Forest Service career camp for high school students from nearby communities. The housing facilities at the work center include three bunkhouses and one shower house. The shower house was constructed in 1934 and the bunkhouses were constructed in 1964. These aging structures have extremely large deferred maintenance costs that continue to escalate on a yearly basis. The flooring in all of the bunkhouses has asbestos containing materials (ACM's). As these floors begin to fracture and break, ACM's could potentially be released into the air causing a health and safety risk for the occupants. Furthermore, neither the shower house nor bunkhouses meet accessibility requirements. A team of District, Forest, and Regional employees participated in the Preliminary Project Analysis for the Tupper Work Center. Based on this analysis, the proposed course of action is to consolidate the site and construct a single, new facility in place of the bunkhouses and shower house. General Description of Work: 1. Design a two story bunkhouse facility at the Tupper Work Center. The bunkhouse size shall be approximately 4000 square feet, or enough to accommodate 22 Forest Service fire personnel. This space shall include bedrooms, bathrooms, kitchen, dining area, pantry, mud room, living area, work out space complete with unisex bathroom and showers for up to three non‐resident occupants, and storage area. 2. At a minimum, two bedrooms must meet accessibility standards as well as all bathrooms and common areas. The Tupper facilities are used early each spring by local elementary schools which send students to stay for four day periods of outdoor education. The facility must satisfy accessibility and other considerations necessary to be safe for Government and public occupancy. 3. The top floor of the facility shall not be accessible from the basement except from the outside. This lack of interior access is meant to provide privacy to the personnel living in the top floor from non‐resident personnel using the basement and separate living space from work space. Furthermore, methods shall be explored to separate permanent residents from temporary residents including separate kitchen areas, if feasible. 4. The bunkhouse and all necessary components shall be built in accordance with 2009 International Building Codes and/or current Oregon Building Codes, whichever is more stringent. 5. Sitework shall be included in the design to provide sufficient access, parking and traffic flow through the site. The guest entrance and resident entrances shall each have parking adjacent. The design shall include landscaping and finished grading and produce a site ready for seeding by the Forest Service. 6. Septic systems for existing bunkhouses shall be abandoned in compliance with all applicable codes. A new drain field shall be included in the design of the new building. 7. Option Item #7 incorporates sustainable building components of energy conservation, pollution prevention, waste reduction, and use of recovered materials to the maximum extent practicable in developing the design and specifications. Though LEED rating is not a requirement for this building, this Option is an effort to achieve LEED Silver certification. This item will be awarded if funding is available. 8. The design shall produce a facility which is resistant to forest fire. Project location: From Heppner, OR, proceed South on State Highway 207 approximately 21 miles to Forest Road 22 in the vicinity of Sunflower Flat. Turn left onto Forest Road 22. Proceed ahead following signs to Tupper Work Center and travel approximately 9 miles to Forest Road 21. Turn left onto Forest Road 21 and proceed ahead to Tupper Work Center, approximately 5 miles. Submission Requirements: Responses to this announcement will be considered for selection and should include the following: a. Project Specific SF‐330, with a 5 project minimum and a 10 project maximum under Section F; b. updated, if necessary, SF‐330 Part II; and c. 30 page maximum construction document sample from a relevant past project. Firms desiring consideration shall submit completed above listed items for this project no later than 12:00 PM PST, September 6, 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, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; 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 $25,000 and $100,000. 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 Joe Neer (541) 278-3749.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/04R3/AG-04M3-S-11-0067/listing.html)
 
Place of Performance
Address: Umatilla National Forest, Heppner Ranger District, Heppner, Oregon, United States
 
Record
SN02550987-W 20110828/110826235106-f2e464c77215aad463009cf216810bf5 (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.