Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 05, 2018 FBO #6099
SOLICITATION NOTICE

C -- Architect and Engineering Services for Smokejumper Training Building - SF 330

Notice Date
8/3/2018
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Contracting East - Deschutes NF, 63095 Deschutes Market Road, Bend, Oregon, 97701, United States
 
ZIP Code
97701
 
Solicitation Number
1204N018R0002
 
Point of Contact
Cynthia B. Armour, Phone: (541) 416-6662, Lisa Anheluk, Phone: 541-383-5511
 
E-Mail Address
carmour@fs.fed.us, lanheluk@fs.fed.us
(carmour@fs.fed.us, lanheluk@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
SF-330 Solicitation No. 1204N018R0002 Redmond Air Center Smokejumper Training Facility Posted Date: August 3, 2018 Response Date: September 3, 2018 4:30 PM PST Set Aside: Total Small Business Classification Code: C-Architect and Engineering Services NAICS Code: 541 - Professional, Scientific, and Technical Services/541310 Architectural Services DESCRIPTION OF WORK The intent of this project is to obtain architectural, engineering, and technical design services for the demolition of the existing Aspen Building and development of the construction/proposal documents for a new building. The purpose is to develop Concept Design Documents, Preliminary Design Documents, Construction Documents, and provide Engineering Services during construction. Project Background: The current building (Aspen) is located on the Redmond Air Center in Redmond, OR. The original Aspen building was built as a cafeteria for the site. It is currently used for training wildland fire fighters, equipment and supply storage, office space and ready room space. The new Smokejumper Training Facility proposed to be built in the same location as the current Aspen Building will include conference/training rooms, a break room, office, storage, restrooms, and IT room and other small service rooms and will most likely be built in phases. The goal of this project is to demolish the current building and replace it with a new approximately 5,700 square foot building. 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). Solicitation packages are not available. This is not a Request for Proposals. GOVERNMENT'S RIGHTS The Government shall have unlimited rights in all drawings, designs, CAD drafting files, specifications, notes and other works developed in the performance of this contract. This includes the right to incorporate them in any other government design or construction without additional compensation to the Contractor. The Contractor hereby grants the Government a fully paid up license throughout the world for future use of works developed in the performance of this contract. RESPONSE TO THIS NOTICE AND SELECTION CRITERIA Selection shall be based on demonstrated competence and qualification. I. Contractors shall be evaluated in terms of the following: A. Professional qualifications necessary for satisfactory performance of required services; the quoter shall submit a completed SF-330. The information provided in the SF-330 and other information gathered by the Government will be used to evaluate the general qualifications and experience of the proposed team, including key personnel and sub-contractors. B. Specialized experience and technical competence in the type of work required; the quoter shall provide information on completed projects which are similar in nature to the project listed in this announcement. C. Capacity to accomplish the work in the required time; the quoter shall provide specific information that their office, including subcontractor will have the capacity to perform work in a timely manner. 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 2-3 projects of similar size and complexity as this project within the last 3 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 541310 Architectural Services, and the Size Standard is $7.5 million. All interested firms who meet the small business size standard and choose to submit a Standard Form 330 and a response to the evaluation criteria will be considered. In accordance with FAR clause 52.204-7, System for Award Management (OCT 2016), all contractors doing business with the federal government must be registered in the System for Award Management (SAM) database prior to any award. Failure to register in the SAM database may render your firm ineligible for 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. Responses to this announcement will be considered for selection and shall include the following: a. Project Specific SF‐330 b. Updated, if Necessary, SF‐330 Part II; and c. Response to the Evaluation Criteria Contracting Office Address is Ochoco National Forest, Prineville, OR 97754. Point of contact is Cyndy Armour, Contracting Officer (541) 416-6662 and Lisa Anheluk, Facilities Engineer (541) 383-5511. Firms desiring consideration shall submit completed above listed items for this project no later than 4:30 PM PST, September 3, 2018 by email to carmour@fs.fed.us.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/04GG/1204N018R0002/listing.html)
 
Place of Performance
Address: 1740 SE Ochoco Way, Redmond, Oregon, 97756, United States
Zip Code: 97756
 
Record
SN05019619-W 20180805/180803230730-d5a638677f1bc03d172980b16652b41e (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.