SOLICITATION NOTICE
C -- PNW Research Station La Grande Lab -Warehouse Expansion and Office Remodel Project
- Notice Date
- 6/25/2010
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Agriculture, Forest Service, R-6 Western Washington Acquisition Area, Gifford Pinchot NF, 10600 NE 51st Circle, Vancouver, Washington, 98682
- ZIP Code
- 98682
- Solicitation Number
- AG-05K3-S-10-0044
- Archive Date
- 8/10/2010
- Point of Contact
- STEVONNE FULLER, Phone: 360- 891-5085, Justin C Holder, Phone: 360 891-5082
- E-Mail Address
-
scfuller@FS.FED.US, jholder@fs.fed.us
(scfuller@FS.FED.US, jholder@fs.fed.us)
- Small Business Set-Aside
- HUBZone
- Description
- PNW Research Station - La Grande Lab Warehouse Expansion & Office Remodel Project Synopsis: The U.S. Department of Agriculture, Forest Service, Gifford Pinchot National Forest has a requirement for architectural, engineering, and technical design services of the La Grande Lab warehouse. The intent of the Forest Service is to procure a design for the remodeling of the interior of this warehouse that allows specific equipment to be relocated out of the main office and provide secure outdoor storage area between the two existing warehouses. The design will serve as preparation of Conceptual Design Documents, Preliminary Design Documents, Construction Documents, and Engineering Services during Construction for the construction of the PNW Research Station - La Grande Lab, Warehouse Expansion & Office Remodel Project. The PNW La Grande Lab is located at 1401 Gekeler Lane, La Grande in Union County, Oregon. The PNW La Grande Lab warehouse has 1200 existing square feet. It is anticipated that this area will be secured by chain link fence at either end of the existing warehouses and be provided with a roof to protect the area from rain and snowfall. This project also includes remodeling space inside the administrative office that is currently used for the shop and equipment. This space will be converted to allow for office space and other uses. Existing equipment to be relocated includes refrigerators, growth chambers, and coolers as well as shop equipment/functions. And provide a small remodel to the existing breakroom off of the main conference room. At a minimum, the project will consist of demolition and relocation of walls inside the warehouse, remodeling approximately 1200 square feet of the main office (area vacated by move into new warehouse space), and associated electrical/mechanical and site/utilities work (including additional power upgrades to the warehouse). The number of FTE's to be housed at the remodeled office is expected to be six, which is an increase of six above the current use. Target construction advertisement date is February 25, 2011. Contract Information: This contract is being procured in accordance with the Brooks Act (P.L. 92-582) as implemented in FAR Subpart 36.6. Firms 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. In accordance with FAR 52.219-10 this procurement is advertised as a 100% HubZone set-aside. The NAICS Code is 541310 and the Size Standard is $4.5 million. All interested firms who choose to submit a Standard Form 330 will be considered. Criteria Utilizing the SF330 Form: 1. PROFESSIONAL QUALIFICATIONS: (25%) Professional qualifications necessary for satisfactory performance of required services. Submission requirements: A. Provide brief resumes of proposed team members who will specifically serve as the Project Managers, Designers of Record (Architect, Mechanical Engineer, Electrical Engineer, Landscape Architect, Civil Engineer, Surveyor, Fire Protection Engineer, Structural Engineer). B. Provide resumes of other relevant team members, such as: Architect, Civil Engineer, Structural Engineer, Fire Protection Engineer, Surveyor, and Cost Estimator. C. Provide brief resumes of team members who will perform technical tasks under this contract. 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. Each resume shall include a maximum of five (5) specific completed projects that best illustrate the individual team members experience relevant to this contract scope. 2. SPECIALIZED EXPERIENCE and TECHNICAL COMPETENCE: (25%) Specialized experience and technical competence in the type of work. Submission Requirement: A. Provide a detailed narrative of up to ten (10) maximum relevant projects (not ten projects for each firm or consultant), completed within the last five (5) years, that best illustrate overall team experience relevant 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. B. Describe the team's experience in warehouse and office remodel design. C. Describe the team's knowledge of the charrette process; D. Describe the team's experience in sustainable design, including descriptions of waste reduction techniques, energy efficiency in facilities designed by the team, and use of local/regional materials on construction contracts; 3. ORGANIZATION, MANAGEMENT and QUALITY CONTROL: (20%) Discussion of the firm's organization and management process. Demonstrated success of the Quality Control (QC) program used by the firm to ensure quality products. Submission Requirement: In a narrative form, A. Outline the firm's approach to design and project management. Document the firm's ability to handle projects with multiple end-users and complex requirements; B. Describe the team's organization. Provide an organization chart that identifies the overall relationship and lines of authority of the proposed team. Include firm names, key personnel and their discipline/specialty. Describe the extent of the A-Es previous experience with the proposed consultants and its demonstrated ability to effectively manage the prime-consultant relationship. Discuss how projects located outside of the firm's typical area of operation will be addressed; C. Describe the prime's QC program, identify the person primarily responsible for the QC program, and indicate how the prime will ensure quality consistently across the entire team. Illustrate success in implementing the program; and D. Address the team's QC processes for checking and verifying plans and specifications for errors, omissions and quality, documenting design decisions, and incorporating and tracking review comments. Of special interest are the QC processes in place that minimize the Forest Services effort to QA the firm's work project for errors, omissions, and quality. 4. PAST PERFORMANCE: (15%) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Points of contact provided in other criteria may be contacted. A firm with no record of federal past performance information shall be evaluated neither favorably nor unfavorably. Submission Requirement: A. Discuss firm's ability to work with Government entities and design standards or similar relevant experience with other entities. B. For each Federal project provided as experience under Criteria 1 and Criteria 2, provide a copy of all performance evaluations (architect-engineer) issued for that contract. For non-Federal contracts, provide facility owner documentation of the firm's performance issued on that contract. If no documentation exists, so state. C. Provide accessible owner points of contact: name, title, address, telephone number, and fax number. D. Provide copies of awards and letters of appreciation/ commendation. 5. CAPACITY: (10%) Capacity to accomplish the work in the required time. Submission Requirements: A. 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. B. Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates. C. Discuss how surge workload will be managed. 6. LOCATION: (5%) Location in the general geographical area of the projects and knowledge of the locality of the projects. Submission Requirements: A. 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 for which the submittal is being made. B. Documentation of the firm's ability to provide at least 35% overall design 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 (i.e. architectural, structural, fire protection, etc) with an existing office within the same geographical area. ADDITIONAL INFORMATION: All information must be included in the SF 330 package. In accordance with FAR clause 52.204-7, to be eligible for contract award, a firm must be registered in both the Central Contractor Registration Database (http://www.ccr.gov) and the Online Representations and Certifications Application (http://orca.bpn.gov). The firm rated by the Evaluation Board (EB) as the most qualified shall receive the RFP 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 into negotiations with the next highest ranked firm. Those firms that meet the requirements in this announcement and wish to be considered must submit their Standard Form 330 per above listed Submission Requirements, to: USDA Forest Service Gifford Pinchot National Forest Attn: Contracting 10600 NE 51st Circle Vancouver, WA 98682 Submissions will be made no later than 3:30 p.m., Pacific Time, on July 26, 2010. Submittals received after this date will not be considered. Firms not providing the required information may be negatively evaluated. Facsimile submittals will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/05K3/AG-05K3-S-10-0044/listing.html)
- Place of Performance
- Address: USDA Forest Service, Attn: Contracting, 10600 NE 51st Circle, Vancouver, Washington, 98682, United States
- Zip Code: 98682
- Zip Code: 98682
- Record
- SN02188697-W 20100627/100625235010-27ec38bb19620c476636b4ebded83144 (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 |