SPECIAL NOTICE
C -- Umpqua National Forest and the Bureau of Land Management Colocation Site Development Design
- Notice Date
- 7/27/2018
- Notice Type
- Special Notice
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Agriculture, Forest Service, R-6 Contracting West - Umpqua NF, 2900 NW Stewart Parkway, Roseburg, Oregon, 97471, United States
- ZIP Code
- 97471
- Solicitation Number
- 1204T018R0007
- Archive Date
- 9/13/2018
- Point of Contact
- Paula Winningham, Phone: 541-750-7115
- E-Mail Address
-
pwinningham@fs.fed.us
(pwinningham@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- This request on the behalf of the United States Forest Service, is being set aside for small business, Architect-engineer (A-E) firms. The NAICS code for this acquisition is 541310 with a small business size standard of $7.5M. Background The Umpqua National Forest Supervisor's Office has been in its existing leased location since 1985. Recently, the opportunity to colocate at the Government-owned Bureau of Land Management (BLM) Roseburg District compound has presented itself and the Umpqua National Forest is pursuing the design of a Government-owned facility at that location. The Umpqua National Forest is currently colocated with the U.S. Fish & Wildlife Service (USFWS) and the National Marine Fisheries Service (NMFS) in the leased facility, both of which plan to colocate to the existing BLM office. Location The BLM compound is located at: 777 NW Garden Valley Blvd, Roseburg OR and consists of a complex of 3 office buildings connected with a visitor's center. The compound also houses a warehouse and a workout building. Scope of Services and Basic Site Description The A-E firm must perform all professional services described. In carrying out the required professional services, the A-E firm will provide all labor, materials, supplies, and transportation. The intent of this project is to obtain architectural, engineering, and technical design services for construction of an approximately 15,000 sf two story building addition at the BLM compound, remodeling of the existing lobby/reception building at the BLM facility, and remodel of the existing Forest Service (FS) Diamond Lake Service Center on Diamond Lake Blvd. Structures will provide space for the following activities: Proposed building at BLM Facility 1.Work space for Umpqua National Forest Supervisor's Office employees. 2.A public conference room to be shared by all Agencies at the facility. 3.Conference rooms, meetings areas, employee break facilities, and restrooms to meet the needs of the building's employees. Existing lobby/reception building 1.Reception desk and lobby to be shared by all occupying agencies. 2.Restrooms available for employees of all buildings Diamond Lake Service Center 1.Dispatch Center to be shared by BLM and FS 2.Office space for remote employees, current use to remain 3.Maintenance shop for the FS Road Crew, current use to remain 4.Radio shop, current use to remain The following General Scope of Work outlines the Tasks and additional criteria involved accomplish these activities. General Scope of Work The scope of work for this project is divided into nine sections as follows: Task 1 - Project Management, Quality Control and Data Collection Task 2 - Field Investigations Task 3 - Mini-Charrette Task 4 - Engineering Report, Alternative Development, and Site Development Plan Task 5 - LEED or Green Globes/Sustainable Building Task 6 - Concept Design - (30%) Task 7 - Preliminary Design - (60%) Task 8 - Construction Documents - (95% & 100%) Task 9 - Engineering Services during Construction and Bidding All work associated with the site shall be done for all tasks. The costs for Task 1 do not have a separate pay item. They shall be incorporated into Tasks that are awarded. The completion date for Tasks 2-9 is a total of 200 calendar days upon receipt of the Notice to Proceed. Requirements: A.Individuals performing the work shall have the appropriate education, experience, certifications, and professional registrations, as appropriate, to perform the services required in the task order. All work will be completed by or under the direct supervision of architects and/or engineers licensed in the State of Oregon (as appropriate to the work being performed). B.The A-E Contractor shall perform necessary research, field investigations, and engineering calculations. The study shall incorporate all engineering computations, test and survey results, code review with references/citations, assumptions, life cycle cost analysis, LEED data, maps, drawings, and all other similar pertinent information to clearly document and support recommendations provided. C.The A-E firm shall furnish all materials, supplies, equipment, transportation, and personnel to provide engineering services. D.At a minimum, the design shall include features that meet the following requirements; 1.Analyze and document the major architectural and engineering aspects of the existing site, including existing utilities. 2.Coordinate and meet with personnel from the FS, BLM, USFWS, and NMFS. Meet with other federal, state (including Oregon Department of Transportation), and local agencies as needed for this project. 3.Incorporate a mini-charrette. 4.Utilize the Forest Service prospectus, space analysis, reports, and program information as a starting point for the alternatives. 5.Provide an Engineering Report containing alternatives, cost estimates, drawings, calculations, and recommendations. 6.Provide a Site Development Plan that meets the requirements of Task 4. 7.Design shall meet the requirements of the most recent edition of the specific design criteria and codes listed in all sections of this contract (including Section J), the FS Manuals and Handbooks, and state/local requirements if more stringent than those listed above. 8.If the new office building is over 10,000 sf, meet the requirements of LEED Silver or Two Green Globes Certification for the new building. All third-party certification design costs/submittal fees are a responsibility of the A-E. Task 5 shall include preparation and tracking of Design, Construction, and Post Construction credits. Include a separate Design and Construction Review by the certification program. 9.Provide a final design that can be constructed within the planning level estimated budget of $6M. 10.Coordinate with the Agencies' Integrated Technology work groups for data/telecom design (in building and on site), relocation of telecommunications equipment, and any new utility services required for new construction or modified facilities. 11.Verify that the design accommodates the proposed furniture and equipment through the development of floor plans, equipment lists, etc. 12.It is expected that the design will provide architectural features that match the other buildings on site and that maintain the character of the overall site, to the utmost extent, while utilizing materials that are widely available. a.At a minimum, consider cyclical costs and annual operation and maintenance factors as part of the rationale for material selection. Take into consideration construction and material supply factors, physical environmental factors (such as climate, elevation, exposure, geology, etc.), and other factors (such as vandalism, security, visual resources, etc.) 13.Business operations shall be maintained during construction. Type of Contract A stand-alone Firm-Fixed-Price (FFP) contract is contemplated. Significant Evaluation Factors A-E firms responding to this announcement will be evaluated on the above requirements based on the criteria in descending order of importance: 1. Technical Expertise: Specialized experience in design, construction, and construction monitoring, within the last three (3) years, with emphasis on facility design, and construction inspection services. Highlight experience in the design of Sustainable Buildings - consideration given to maximum practical use and consistent performance of recovered materials, energy conservation, pollution prevention, and waste reduction as described in Federal Acquisition Regulations (FAR) Subpart 36.6. Proficiency of Quality Control engineers with analyzing and summarizing technical data, providing recommendations, reporting research results, demonstrating technical understanding, familiarity with engineering codes and standards, familiarity with engineering software (CAD, scheduling, designing and estimation), and familiarity with submittal and monitoring phases. Sufficient experience on the Quality Control/Quality Management system. All work will be completed by or under the direct supervision of architects and/or engineers licensed in the State of Oregon (as appropriate to the work being performed). 2. Personnel Qualification and Retainage: Professional qualifications of the team members assigned to the project including relevant education, registration(s)/license(s), longevity with the firm, engineering qualifications, construction experience, and construction monitoring experience. Ability to provide and retain qualified and suitable candidates that can successfully perform project requirements. 3. Project Management: Methods, reporting and client communication plan, corporate structure, facilities, systems, equipment, procedures, records management, and other components related to providing effective project execution. Ability to comply with the performance schedule, required or proposed delivery, taking into consideration all existing governmental business commitments. 4. Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. 5. Past Performance: Past performance on government and/or private industry contracts, with emphasis on facility design, construction, and construction monitoring projects. Highlight past performance of Sustainable Buildings design. Record of integrity and business ethics including satisfactory compliance with laws related to taxes, labor and employment, environment, antitrust, and consumer protection. 6. Resources : Adequate financial resources and capacity to perform the contract or ability to obtain the resources required (see FAR 9.104-3(a) Ability to Obtain Resources). Interest Parties Response: This is procured in accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. A-E firms meeting the requirements described in this announcement are invited to submit: (1) a Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II, and (2) any requested supplemental data to the procurement office shown. The SF 330 Part I must clearly indicate the office location where the work will be performed and the qualification of the individuals and the subcontractors proposed to work on the contract and their geographical location. The supplemental data accompanying the SF-330 must include a customer reference list of all projects listed as relevant experience, description of project, dollar value, addresses, telephone numbers, and point of contact. All SF-330 submissions along with supporting data shall be limited to not more than 50 pages, 8 ½ x 11 paper, 12 pitch. Pages in excess of this maximum limit shall be removed from the package and will not be evaluated by the selection board. Experience identified in Block 19 of SF-330 shall not be more than three (3) years old. Documents must not contain color photos or extraneous information that does not pertain specifically to this Special Notice. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of firm, specialized technical expertise, and other requirements listed. An "Active" registration at the website www.sam.gov, is also a prerequisite. Following an evaluation of the qualifications and performance data submitted, at least three firms that are considered to be the most highly qualified to provide the type of services required will be chosen for possible negotiation. Selection of firms for negotiation shall be made in order of preference based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the specific selection criteria listed in the announcement. Response Date and Time: All submissions should be sent electronically to Paula Winningham no later than August 23, 2018, 4 p.m. PST. Email address: pwinningham@fs.fed.us. When submitting your documents, the subject line should include "1204T018R0007 Umpqua National Forest and the Bureau of Land Management Colocation Site Development".
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/04T1/1204T018R0007/listing.html)
- Place of Performance
- Address: Bureau of Land Management, 777 NW Garden Valley Blvd, Roseburg, OR 97471, Roseburg, Oregon, 97471, United States
- Zip Code: 97471
- Zip Code: 97471
- Record
- SN05010004-W 20180729/180727230711-9cac7b314bd6d8b176060b778d38ebe8 (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 |