Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 08, 2016 FBO #5341
SPECIAL NOTICE

B -- Carson NF Lead Paint & Asbestos Testing Services

Notice Date
7/6/2016
 
Notice Type
Special Notice
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of Agriculture, Forest Service, R-3 Southwestern Region/Northern Zone, 2113 Osuna Road NE, Albuguerque, New Mexico, 87113, United States
 
ZIP Code
87113
 
Solicitation Number
AG-83A7-S-16-0011
 
Point of Contact
Joseph Varoz, Phone: 5054385341, Lisa Goodman, Phone: (575) 758 - 6372
 
E-Mail Address
jvaroz@fs.fed.us, llgoodman@fs.fed.us
(jvaroz@fs.fed.us, llgoodman@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: AG-83A7-S-16-0011 Notice Type: Special Notice Synopsis: The USDA Forest Service, Carson National Forest has a requirement for Environmental Consulting (A-E) services to perform hazardous materials testing services on the Camino Real, Questa, and Tres Piedras Ranger Districts. Hazardous material testing tasks include performing a site assessment on 3 Forest Service facilities as listed below, sample, and test/analyze samples for lead-based paint and asbestos. In addition, the successful firm will be required to provide a report, including copies of analysis and site evaluations in one complete report. Facilities: Facilities to be included in the inspection/sample/testing/analysis are as follows: Location # 1: Camino Real Ranger District Site # Facility Name Square Feet Year Constructed Site 1 1-Room Adobe Well House 100 1927 Site 2 3-Bdrm Adobe Residence 1836 1927 Site 3 1-Bdrm Adobe Residence ("The Bunkhouse") 420 1927 Location # 2: Tres Piedras Ranger District Site # Facility Name Square Feet Year Constructed Site 1 Wood Frame Cistern Building 400 1940 Site 2 1-Room Wood Frame Historic Office 420 1915 Location #3 : Questa Ranger District - Valle Vidal Unit Site # Facility Name Square Feet Year Constructed Site 1 La Cueva Wood Frame Cabin 800 1950 Site 2 Wood Frame Out Building 1200 1950 Solicitation packages are not available. This is not a Request for Proposals. This requirement will be procured in accordance with the Brooks Act procedures as described in FAR Part 36.6 for Architect and Engineer and related Services. Questions related to this special notice shall be submitted in writing to both Joseph Varoz - Contract Specialist ( jvaroz@fs.fed.us) and Lisa Goodman - Facilities Engineer (lgoodman@fs.fed.us) no later than Tuesday, July 26, 2016 at 10:00 AM MST. The A-E firm shall be able to perform hazardous material testing services that meet the following requirements: Testing Requirements for Lead Paint: Lead paint identification shall be established by an X-ray Fluorescence (XRF) reading above the HUD action level of 1.0 mg/cm2. Testing Requirements for Asbestos: Asbestos shall be determined by Polarized Light Microscopy (PLM) EPA-600/R-93/116. The testing facility shall be a NVLAP accredited laboratory for PLM analysis. The selected firm will have 60-days to complete the testing. 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 two copies and a flash drive containing an electronic pdf copy. Facsimile and e-mailed 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 Part I (Contract Specific Qualifications) and Part II (General Qualifications) shall be submitted to: USDA FS, R3 Northern Zone Acquisition Management, 11 Forest Lane, Santa Fe, NM 87508, ATTN: Joseph Varoz, 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 experience performing hazardous material testing and project management skills. A. Provide resumes of proposed team members who will specifically serve as Project Managers. Please also include copies of each individual's EPA Building Inspector Certification and EPA Lead Inspector Certification. 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 hazardous materials testing. 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/ test results. 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. 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 existence or non-existence of hazardous materials. 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 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, please state that the documentation does not exist. B. Provide accessible owner points of contact: name, title, address, telephone number, fax number, and e-mail address. 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. B. Describe experience in successfully delivering project deliverables and successfully completing multiple projects with similar delivery dates. The due date for responses to this notice is Friday, August 12, 2016 @ 10:00 AM MST. Firms responding to this announcement on or before the closing date/time deadline will be considered for selection, subject to any limitations indicated with respect to size, geographic locations of firm, specialized technical expertise, or other requirements listed. Following evaluation of the qualifications and performance data submitted, the Government intends to offer a formal solicitation and enter into negotiations with the highest rated technical offer. If a mutually agreed to contract cannot be reached, the Contracting Officer will formally terminate negotiations with the highest rated technical offer and proceed to negotiate with the second highest rated technical offeror. The Government anticipates award of one Firm Fixed Price Contract. This is a 100% Small Business Set-Aside project. The North American Industry Classification Code (NAICS) is 541620 - Environmental Consulting Services and the Small Business Size Standard is $15.0 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), www.sam.gov The System for Award Management (SAM) is the Official U.S. Government system that consolidated the capabilities of CCR/FedReg, ORCA, and EPLS. There is NO fee to register for this site.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/14d56699bcb96e1307795c79d89b1822)
 
Place of Performance
Address: Camino Real, Questa and Tres Piedras Ranger Districts, Carson National Forest, Taos, New Mexico, 87571, United States
Zip Code: 87571
 
Record
SN04173385-W 20160708/160706235635-14d56699bcb96e1307795c79d89b1822 (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.