Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2009 FBO #2699
SOLICITATION NOTICE

C -- Timberline Lodge Potable Plumbing Replacement Design

Notice Date
4/15/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Forest Service - R-6 Northwest Oregon Contracting Area (NOCA)
 
ZIP Code
00000
 
Solicitation Number
AG-046W-S-09-0022
 
Archive Date
5/30/2009
 
Point of Contact
Tonya R Rymer, Phone: 503-668-1739
 
E-Mail Address
trymer@fs.fed.us
 
Small Business Set-Aside
N/A
 
Description
General Information Document Type: Synopsis/ SF 330 request Solicitation Number: AG-046W-S-09-0022 Posted Date: 04/15/2009 Response Date: 05/14/2009 Set Aside: none - Full and Open Competition Description There is no solicitation to download. The Mt. Hood National Forest – NOCA is seeking a qualified firm to provide professional Architectural and Engineering services for the preparation of the construction documents for the replacement of the main plumbing lines of potable water within Timberline Lodge. Selection will be in accordance with the Brooks Act and FAR Part 36 to determine the most highly qualified firm. The Small Business Competitive Demonstration Program applies (FAR Subpart 19.10). This procurement will be unrestricted and therefore is open to all businesses regardless of size. The primary NAICS is 541330, which has a size standard of $4.5 million in average annual receipts. C.1 Scope of Work (A) This Statement of Work defines the detailed requirements for the preparation of the construction documents (drawings, specifications, schedule of items, construction estimate and subsequent engineering design calculations) for the replacement of the main plumbing lines of potable water plumbing (hot and cold) within Timberline Lodge, Mt. Hood National Forest, Oregon. (B) The design requires strict adherence to the Standards for Rehabilitation and the Guidelines for Rehabilitating Historic Buildings (U.S. Department of Interior). Preservation of the historic building will be the Contractor’s main requirement when designing the construction. (C) The Contractor will have certain creative leniency during the design, barring the design is in agreement with all regulations and this statement of work. The design will be in compliance with all pertinent governing codes, energy efficient, and at least cost to the government. (D) State Compliance Requirements: 1.U.S. Forest Service management policies require that all designs comply with state and local building codes, national standards, and federal design requirements, including all required permit processes. The Contractor is responsible for identifying all permits that will be required. 2.The Contractor shall prepare a plan set for submission to the local/state authorities for review and approval. The Contractor shall make all necessary changes required by the state from this review at no additional expense to the government. All changes shall be incorporated into the Final construction documents. The state defines plan submittal requirements at the following website: http://oregon.gov/DHS/ph/dwp/planreview.shtml 3.The Contractor will prepare the permit applications and make submissions to the agencies, except where it is agreed upon by the Government, Contractor, and state officials. The Contractor will pay all fees directly to the agency. C.2 Project Background (A) Timberline Lodge is a National Historic Landmark located on Mt. Hood, Oregon. It has served as a ski lodge and mountain retreat since 1937 and today sees approximately 2 million visitors each year. The Lodge is located at timberline (6,000 feet) and therefore experiences extreme weather variations. The current copper water pipes were installed in 1992 and have been failing at an increasing rate over the last 3 years. The cause of failure was determined to be mostly Type 1 Cold Water Pitting with fewer cases of installation-caused failures and galvanic corrosion failures also existing. The study recommended the use of heavier walled copper (type K or L), cross-linked polyethylene (PEX), or some combination when replacing the lines. (B) There are no plans for major future development of the site at this time. (C) The plumbing to be replaced is located within the walls and floors, the two attics, the steam line corridors, and various other access tunnels. Many of the lines cannot be seen in their entirety. C.3 Project Location The project site is located on Mt. Hood approximately 3 miles north of Government Camp, Oregon, off State Highway 26. C.4 Available Construction Funding and Project Schedule (A) The funding available for constructing this project is unknown. The Construction Design and Estimate will enable the Forest Service to budget for the project in upcoming fiscal years. It is anticipated that the construction costs will not exceed $1,000,000. It is expected that the designer will develop a system that will adequately meet the needs of the Forest Service with industry standard components and service life without exceeding reasonable cost standards. (B) It is anticipated that the Construction Documents will be completed by the end of the 2009-2010 winter season and a construction solicitation will be let by the Forest Service in 2010 for construction to begin in the late summer of 2010. C.5 Government Rights (A)The Government shall have unlimited rights in all reports, drawings, designs, specifications, notes and other works developed in the performance of this contract without additional compensation paid to the A/E Contractor. The A/E Contractor hereby grants to the Government a paid-up license through out the world to all such works to which he/she may assert or establish any claim under design patent or copyright laws. The A/E Contractor, for a period of three years after completion of the project, agrees to furnish the original or copies of all such works on the request of the Contracting Officer. (B) The Government will assume responsibility for determining suitability of data or work prepared under this contract for use on any other project. The parties agree the A/E Contractor’s liability for suitability of drawings, specifications, and other works developed under this contract is limited to contracts for the specific task orders issued under this contract. The Government assumes all liability for any reuse of works developed under this contract and agrees to hold the A/E Contractor harmless against all damages arising out of any reuse of such data. C.6 Standard Services (A) Reproduction: The cost of all reproduction related to submittals required under this contract shall be the responsibility of the A/E. After final acceptance of drawings, specifications, and cost estimates, copies of the specifications, reproductions of plans, and specifications for bidding or construction purposes shall be by the Government. (B) Other: The cost of all local and long distance telephonic and telegraphic communications initiated by the A/E in regard to the performance of his services under this contract and the cost of transporting from the office of the A/E all correspondence, drawings, report, samples, and related matter shall be borne by the A/E without additional reimbursement by the Government. Local and distance correspondence shall be dispatched by first class mail, or express next-day mail. Original or reproducible drawings shall be insured, whether local or long distance. (C) Security: The safe and undamaged delivery to the Contracting Officer of all original drawings, reports, estimates, and related documents executed by or on behalf of the A/E shall be the responsibility of the A/E. C.7 Design Personnel Qualifications (A) All analysis and/or design work shall be performed by or under the direct supervision of professional engineers, licensed in the State of Oregon. The Engineers shall be qualified by education and experience to design water systems for fire suppression with regard to the mechanical, process, electrical and plumbing systems of the contract. (B) Control design engineers shall be qualified to design custom industrial process control systems of similar system to those provided in Government Furnished Property and to the same level of detail on contract documents. C) Submit any additional personnel’s resumes who were not previously listed in the contract package but intended to be used on this Task Order. C.8 Designer of Record The A/E shall identify a Designer of Record for each area of analysis and/or design. The Designer of Record for each design discipline shall be responsible for ensuring the integrity of their design and design integration in all construction submittals and extensions to design developed by others, including suppliers, the constructor and subcontractors. Each Designer of Record shall stamp, sign and date all final reports and/or design drawings and specifications under their responsible discipline in accordance with the submittal requirements herein. C.9 Design Work Oversight The Contracting Officer [CO] or the Contracting Officer’s Representative [COR] will be responsible for reviewing design submittals for determining conformance with the terms of the contract. Government concurrence in this design review process does not relieve the Contractor from correction of errors or omissions. SELECTION CRITERIA AND SUBMITTAL REQUIREMENTS (1) Specialized experience: evaluation will be based upon experience in performing construction design packages for historical buildings, experience in performing plumbing designs in large structures, and experience using PEX pipe. (2) Past performance on contracts with government agencies and private industry. Evaluation will be based upon the firm's past experience with other government agencies and the private sector in performing Historic Preservation projects and the quality and timeliness of performance under previous contracts. References with telephone numbers must be provided. (3) Professional qualifications: evaluation will be based upon the number of qualified personnel and their knowledge and level of specialized education at the university level, and all other applicable education, training, and certifications together with their availability to perform work on this contract. Personnel include: professional civil engineers, structural engineers, mechanical engineers, draftspersons and certified inspectors for building construction. All professional personnel must be registered to practice in the state of Oregon. (4) Technical competence: evaluation will be made backed on technical competence evaluating corrosion and knowledge of deterioration prevention techniques. (5) Geographical location: evaluation will be based upon the knowledge and experience in working in high elevation / alpine conditions. (6) Capacity to accomplish the work: evaluation will be based upon the number of personnel available, the quantity of existing work under contract, and the schedules for completion of the existing work. SF 330s will be evaluated to determine the most highly qualified firm based on the 6 criteria factors listed above. All projects provided in the SF 330 (Architect-Engineer Qualifications) must be completed by the office/branch/individual team member actually performing the work under this contract. Projects not performed by the office/branch/individual team member will be excluded from evaluation consideration. SUBMISSION REQUIREMENTS: The SF 330 Part I is limited to 30, 8.5x11 pages. Minimum font size is 10. Submit the following: a) One (1) original and two (2) copies of SF 330 for the prime offeror (which also includes a completed Part II for the firm and key subconsultants) addressing following selection criteria information; and b) one compact disk copy, in Adobe Acrobat format, of the complete SF330 being submitted by the firm. ADDITIONAL INFORMATION: All information must be included in the SF 330 package, (cover letter, attachments and excess number of pages will be excluded from the evaluation process). Firms must be registered with Central Contractor Registration (CCR) prior to contract award. Registration information is available at the CCR website, http://www.ccr.gov. The Short Selection Process (as described in FAR Part 36) will be used as this contract is not expect to exceed the Simplified Acquisition Threshold. Those firms that meet the requirements in this announcement and wish to be considered must submit their packages per above listed Submission Requirements, to: USDA Forest Service Northwest Oregon Contracting Area 16400 Champion Way Sandy, OR 97055 no later than 4:00 p.m. local time, PST, on May 15, 2009. Submittals received after this date and time will not be considered. Firms not providing the required information may be negatively evaluated. Facsimile submittals will not be accepted. E-mail address for inquiries is: trymer@fs.fed.us *** END OF ANNOUNCEMENT ***
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=aec5d677f82bf3de7219078ebf4e8922&tab=core&_cview=1)
 
Place of Performance
Address: Northwest Oregon Contracting Area, Sandy, Oregon, 97055, United States
Zip Code: 97055
 
Record
SN01793862-W 20090417/090415224145-aec5d677f82bf3de7219078ebf4e8922 (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.