SPECIAL NOTICE
C -- Payson Ranger Station Phase 1 Design - Conceptual Site Plan
- Notice Date
- 3/30/2016
- Notice Type
- Special Notice
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Agriculture, Forest Service, R-3 Southwestern Region/Western Zone, 2324 E McDowell Road, Phoenix, Arizona, 85006, United States
- ZIP Code
- 85006
- Solicitation Number
- AG-94TZ-S-16-0021
- Point of Contact
- Norma A. Howard, Phone: 602-225-5344, Elbert H. Hunt, Phone: 602-225-5341
- E-Mail Address
-
nhoward@fs.fed.us, ehunt@fs.fed.us
(nhoward@fs.fed.us, ehunt@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Conceptual Site Plan The USDA Forest Service, Tonto National Forest has a requirement for Architectural/Engineering (AE) services to develop a master site plan for Phases 1, 2, and 3 of the new Payson Ranger Station Compound and the design for new construction of Phase 1 - Payson Ranger Station Administrative Office. Project is located at 1009 East Highway 260, Payson, Arizona. There is also an optional item for administration of construction services for Phase 1. The estimated price range for the construction of Phase 1 is between $1 million and $5 million. Design tasks include preparing a set of design plans and specifications to be used for the construction of the new Payson Ranger Station Administrative Office. The following disciplines will be required as part of the A-E team: Architectural, Civil, Structural, Mechanical, Electrical, and Fire Protection. Firms shall be required to be licensed to practice architecture/engineering in the State of Arizona. Design shall meet the requirements of the most recent edition of the specified design criteria, including standard codes and manuals, USFS Manuals and Handbooks, and State/Local requirements if more stringent than those listed above. The design will also be required to achieve a minimum of a LEED Silver certification, with a LEED Gold level being preferred. Firms must be capable of producing the design documents in AutoCAD. Specifications shall be provided in Construction Specifications Institute (CSI) six-digit format and must be MS Word compatible. The period of performance for the design services is 180 calendar days. Optional construction administration tasks may include contract administration and construction contractor quality control and oversight. This includes but is not limited to: technical submittal reviews, responding to requests for information, issuing contract changes and plan revisions, contractor oversight, and quality assurance monitoring. Firms that meet the requirements to provide the professional architect and engineering services described in this announcement are invited to submit SF-330, Architect-Engineer and Related Services Questionnaire, Parts I and II. Submit three copies and a CD or flash drive containing an electronic pdf copy. Facsimile copies will not be accepted. Only firms that submit the required documents by the response date and time will be considered for review of qualifications. Your completed copies of SF-330 Parts I and II shall be submitted to: USDA FS, R3 Western Zone Acquisition Management, 2324 E McDowell Road, Phoenix, AZ 85006, Attn: Norma Howard, Contract Specialist. Following an initial evaluation of the qualifications and performance data submitted, the firms that are considered to be the most highly qualified to provide the type of services required may be chosen for an interview. Pertinent factors for consideration of qualifications, listed in order of precedence, are: 1. Professional Qualifications of Assigned Project Personnel, which considers design capability, project management skills, commissioning capabilities and expertise, and construction administration experience. A. Provide resumes of proposed team members who will specifically serve as Project Managers, and Designers of Record (Architect, Mechanical Engineer, Electrical Engineer, Fire Protection Engineer). All Designers of Record must be professionally registered in their discipline in the State of Arizona. 2. Specialized Experience and Technical Competence A. List projects that demonstrate the team's experience with projects of similar size and scope to those to be performed under this contract. A maximum of five (5) projects completed within the last ten (10) years may be submitted. B. Describe the team's experience in sustainable design, use of the U.S. Green Building Council LEED System 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 Discuss the firm's organization and management process. Demonstrated success of the Quality Control (QC) program used by the firm to ensure quality products. A. 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. B. 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. C. 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 Service's quality assurance effort to review the firm's work project for errors, omissions, and quality. 4. Past Performance 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. Discuss firm's ability to work with Government entities and design standards or similar relevant experience with other entities. A. For each Federal project provided as experience under 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. B. Provide accessible owner points of contact: name, title, address, telephone number, and fax number. C. Provide copies of awards and letters of appreciation/ commendation. 5. Capacity to Accomplish Work in the Required Time A. List your firm's available personnel and procedures used to ensure reasonable deadlines will be met. Include any proposed subcontractor and specify what duties they would perform. B. Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates. 6. Location in the general geographical area of the project and knowledge of the locality of the project. 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. This is a 100% Small Business Set-Aside. The NAICS Code is 541310 and the Small Business Size Standard is $7.5 million. The firm should indicate in Block 5(b) of the SF-330 Part II, its small business status. To be eligible for award, contractors shall be active in the System for Award Management (SAM) system, www.sam.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/94TZ/AG-94TZ-S-16-0021/listing.html)
- Place of Performance
- Address: 1009 East Highway 260, Payson, Alaska, 855541, United States
- Zip Code: 55541
- Zip Code: 55541
- Record
- SN04067085-W 20160401/160330234450-c25f680504af392d0b148e970938fef0 (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 |