Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 04, 2013 FBO #4271
SPECIAL NOTICE

99 -- DINO Structural Analysis

Notice Date
8/2/2013
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
NPS, IMR - Lakewood MABO12795 W Alameda ParkwayLakewoodCO80228US
 
ZIP Code
00000
 
Solicitation Number
P13PS01672
 
Point of Contact
Joseph Gatlin
 
E-Mail Address
Joseph_Gatlin@nps.gov
(Joseph_Gatlin@nps.gov)
 
Small Business Set-Aside
N/A
 
Description
The NPS is requesting SF 330s for the: Structural Condition Assessment of the Yampa District Maintenance Building for Safety Determination. Scope of Services: A selected A/E firm will perform on site work, including but not limited to, structural inspections, distress inventory, and destructive and non-destructive testing to determine the existing condition of the building. Engineering services will include a lateral load structural analysis of the building in order to reach a final conclusion regarding the safety of the structure for continued occupancy. The project performance period is expected for completion within 135 calendar days. The project location is in Dinosaur National Monument, at 211 Park Lane, which is mile north of the intersection of Harpers Corner Drive and US Highway 40, near the east Headquarters Entrance, approximately 2 miles east of Dinosaur, Colorado. The Maintenance building was constructed between 1962 and 1963, to provide year round office space, restrooms, vehicle maintenance, a carpentry shop, a welding shop, and storage for equipment and supplies. The building roof is framed from steel beams and purlins that bear on exterior and interior reinforced concrete masonry block walls, pilasters and a series of free standing steel tube columns. Soon after construction was complete problems arose with the structure due to water saturation of backfill and geologic conditions that resulted in measurable settlement occurring for slabs on grade and perimeter foundations which caused formation of numerous cracks in the masonry walls. Later a water line break led to further saturation of bearing soils that contributed to additional building movement. Several limited structural mitigation measures to stabilize foundations and prevent further foundation movement have been implemented over the past 40 years, but the building has continued to deteriorate. Historically, it was recognized that it was not feasible to restore damaged portions of the building to the original elevation or geometry. Recent change or movement have been noted by facility maintenance staff, including widening of a significant crack in an interior shear wall and collapse and breaking away of a masonry face shell near a large opening. All engineering work and testing produced under this scope of services shall be performed under the direct supervision of a professional engineer, and all reports shall be stamped by an engineer licensed in the State of Colorado. It is anticipated that on site testing will be performed by the A/E. Testing and distress inventory inspection and documentation are expected to occur simultaneously. The A/E shall provide the personnel, equipment, and services required to perform the following tasks: 1.Review construction drawings, past geotechnical reports, structural mitigation documents and other miscellaneous documents provided by NPS. Conduct a meeting or conference call one week prior to proceeding with work on site. The meeting agenda will be to coordinate and verify that historic data and reports provide sufficient information and for Government to answer all A/E questions. 2.Response to Request for Proposal: A/E shall recommend a testing plan for all tests to be Performed on site and a schedule of values for tests in response to the Request for proposal. Upon NPS approval of testing plan, the A/E is responsible for ordering all tests and for supervising testing technicians. Indicate length of time required for each test and any special requirements, such as, evacuation of employees, etc. Test masonry at a sufficient number of locations to establish a pattern of construction technique for the existence of grout and reinforcement at areas of high load. These locations are anticipated to occur at pilasters, corners, bond beams, tops of walls and edges of openings. Test several walls areas to determine if grouting and reinforcement installation match construction drawings. 3.Conduct a distress inventory of the building. Document significant cracks, lateral or vertical displacements and other data pertinent to the structural analysis. Include the following building elements: exterior and interior shear walls, steel roof beams and columns, connections between building elements and bearing connections that could affect the strength or capacity of the lateral load resisting system. 4.Perform a structural analysis that includes a lateral load analysis considering gravity loads and controlling load combination case of wind or seismic loading. Analysis shall be performed in accordance with International Existing Building Code (IEBC) and Seismic Evaluation of Existing Buildings (Standard ASCE 31), or other applicable codes. Provide the stresses in masonry shear walls, and forces or stresses occurring at the roof beam to pilaster connections. Document in the report, where damage or weakness of a connection between building elements affects the distribution of loads to load resisting elements of the structural system. 5.In a written report, provide a conclusion as to the buildings safety for its continued use by maintenance division, rivers staff and firefighting crews, or similar type uses. Use Building Code sections or paragraphs, photographs, figures, excerpted drawings, and other information as necessary to convey findings and conclusions. Evaluation The qualifications submitted will be evaluated per Federal Acquisitions Regulations (FAR) 36.602-1, per the following factors. Each factor is considered to be equal in weight. 1.Professional qualifications necessary for satisfactory performance of required services; Rating: Firms that demonstrate more qualifications will be rated higher. 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; Rating: Firms that demonstrate more relevant experience will be rated higher. 3.Capacity to accomplish the work in the required time; Rating: Firms that can clearly demonstrate they have the capacity to accomplish the work in the required time will be rated higher. 4. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; Rating: Firms that demonstrate above satisfactory past performance on relevant projects will be rated higher. 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 Rating: Firms that clearly demonstrate a beneficial physical location to the Government and knowledge of the locality of the project will be rated higher. The NPS will review the SF 330 submissions and interview with the 3 most highly qualified firms. From the 3 most highly qualified firms, the highest qualified firm will be issued a solicitation. Special Requirements Any contractor considered for award must be registered in the System for Award Management (SAM). Registration may be accomplished by creating an account at www.Sam,gov. Submissions All responsible sources may submit a response which, if timely received, must be considered by the NPS. All respondents shall submit SF 330s, Part I and Part II, to the Contracting Officer, Joseph R. Gatlin, at Joseph_Gatlin@nps.gov. All responses shall be submitted for receipt no later than 4:00 PM, MT, Monday, August 12, 2013. Set Aside: This requirement is set aside for Small Businesses only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P13PS01672/listing.html)
 
Record
SN03136685-W 20130804/130802235042-5547f089f269123f80bfe5f3c7016ab1 (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.