Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2009 FBO #2932
SOLICITATION NOTICE

C -- RECOVERY Timberline Lodge Welcome Plaza and Climbers Register Design

Notice Date
12/2/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Forest Service, EROC Northwest, 16400 Champion Way, Sandy, Oregon, 97055, United States
 
ZIP Code
97055
 
Solicitation Number
AG-0489-S-10-0101
 
Archive Date
2/28/2010
 
Point of Contact
Tonya R Rymer, Phone: 503-668-1703, Jessica M. Wilson, Phone: 503-668-1707
 
E-Mail Address
trymer@fs.fed.us, jessicawilson@fs.fed.us
(trymer@fs.fed.us, jessicawilson@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
The US Forest Service EROC Northwest is seeking a qualified firm to provide professional architectural and engineering services are being sought to provide construction drawings (drawings, specifications, schedule of items, construction estimate and subsequent engineering design calculations) for an inviting Welcome Plaza / Climber’s Register. This will be a focal point for visitor’s to the Timberline Lodge Complex for information and direction of amenities available. The project is located at the entrance to the Wy’east Day Lodge at the Timberline Lodge Complex, Mt. Hood National Forest, Oregon. The work will consist of, though is not limited to, assemblying various design concepts through a charrette process into a cohesive design package to construct a new Welcome Plaza/Climber’s Register. This will involve a collaborative effort with input from numerous entities (Forest Service, Operator of Timberline Lodge and other parties) to achieve desired welcome, direction and information for the public as they arrive at the Timberline Complex. There is no solicitation package to download. All information needed is to submit responses on Standard Form (SF) SF-330 (Part 1 and 2). Selection will be in accordance with the Brooks Act and FAR Part 36 to determine the most highly qualified firm. Contractors should ensure the following information is included in your response. SELECTION CRITERIA. Firms responding to this notice will be evaluated and ranked using the following selection criteria. The selection criteria are listed below in descending order of importance. The technical evaluation will consider how each issue is addressed and how it is formatted in order to coincide with the indicated selection criteria. Firms responding to this public notice will be evaluated and ranked using the selection criteria listed below. Organize your documents providing the required information in a logical manner in the order as presented herein. Required documents will include, as a minimum Standard Form 330. The firm may include a separate attachment or brochure that specifically addresses the requirements of this notice, including references to the SF 330. (1) Specialized experience and Technical Competence: Provide a detailed narrative of up to ten maximum relevant projects completed within the last five years, that best illustrate overall team experience similar to this contract scope. List projects that demonstrate the team’s experience with projects of similar size and scope to those to be performed under this contract. Describe the team’s knowledge of the charrette process. (2) Location in the general geographical area of the projects and knowledge of the locality of the projects: Describe and illustrate the team’s knowledge of design approaches, construction materials, codes/ordinances, costs, and other conditions unique to the geographic area related to the contract. In addition, provide documentation of the firm’s ability to provide at least 35% overall assessment services in-house from an existing office within the geographical area from which a preponderance of the work related to the specific contract for which the offeror has requested consideration will be drawn. Additional consideration will be given for each major consultant to the prime with an existing office within the same geographical area. (3) Professional qualifications: Provide brief resumes of proposed team members who will specifically serve as the Project Managers, Designers of Record (Architect, Mechanical Engineer, Electrical Engineer, Fire Protection Engineer). Provide resumes of other relevant team members such as Architect, Civil Engineer, Structural Engineer, and Cost Estimator. Finally, provide brief resumes of team members who will perform technical tasks under this contract. Each resume shall include a maximum of five specific completed projects that best illustrate the individual team members experience relevant to the contract scope. Note: The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline in the State of Oregon. (4) Past Performance: Discuss firm’s ability to work with Government entities and design standards or similar relevant experience with other entities. For each Federal project provided as experience under Selection Criteria 1 and 2, provide a copy of all performance evaluations issued for the contract. For non-Federal contracts, provide facility owner documentation of the firm’s performance issued on that contract. If no documentation exists, so state. Provide accessible owner points of contact (Name, title, address, telephone number, and fax number). Provide copies of awards and letters of appreciation and commendation. (5) Capacity: For the prime and each proposed consultant to be assigned to the team, list all current projects with a design fee of greater than $20,000 being designed in the firm’s office. For firms with multiple offices, only include this information for offices identified as part of the proposed design team. For each project, identify the current design fee, the current stage of design, and the anticipated design completion date. Indicate the firm’s present workload and the availability of the project team (including sub-consultants) for the specified contract performance period. Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates. Discuss how surge workload will be managed. Qualified firms are invited to submit Standard Form 330, Architect-Engineer Qualifications not later than Noon on January 4th, 2010 to US Forest Service, EROC Northwest, 16400 Champion Way, Sandy, OR 97055, Attn: Tonya Rymer. Responses should include an original and one copy. Email responses will be considered if received by the response date. 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. Only those firms responding by that time will be considered for selection. Inquiries regarding this invitation should be in writing and directed to Tonya Rymer, email: trymer@fs.fed.us.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/68fa5784105b20b7eaca1c43b429b4d4)
 
Place of Performance
Address: Mt. Hood National Forest, Government Camp, Oregon, United States
 
Record
SN02015413-W 20091204/091203000642-68fa5784105b20b7eaca1c43b429b4d4 (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.