Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2002 FBO #0180
SOLICITATION NOTICE

C -- Project Manager Inspection Testing ECC

Notice Date
5/29/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Forest Service, R-5 Sierra Cascade Province, Lassen and Modoc NF, 2550 Riverside Drive, Susanville, CA, 96130
 
ZIP Code
96130
 
Solicitation Number
R5SC0602062
 
Response Due
6/12/2002
 
Archive Date
6/27/2002
 
Point of Contact
Miley Sutherland, Contracting Officer, Phone email, Fax 530-252-6408, - Dodi Wilson, Procurement Assistant, Phone (530) 252-6462, Fax (530) 252-6408,
 
E-Mail Address
msutherland@fs.fed.us, dwilson@fs.fed.us
 
Description
NAICS 541310 contract for A/E services for a period of 300 days. The contract will be for services in Susanville, California. The A/E firm selected shall provide construction management and inspection services for the construction of an Emergency Command Center. The desired start work date is June 24, 2002. The Emergency Command Center is a 9000 square foot building. The construction cost is $1.8 million. This is a joint project of the; USDA, Forest Service; USDI, Bureau of Land Management; and the California Department of Forestry. The work will require primarily architectural, mechanical, and electrical, but may also require civil, structural, geotechnical, construction manager/inspector, and other disciplines with specialized experience. A/E firms will be evaluated in terms of their professional qualifications necessary for satisfactory performance of required services, specialized experience and technical competence. Evaluation factors for the selection of the firm are as follows: (1) Experience (25%): Experience of the firm and subcontractors with regard to providing the types of services described above, and with regard to accomplishment of past projects including repair and alteration work; (2) Management and Inspection Capability, (25%): Experience and capability of the firm and subcontractors with respect to complete management and inspection of services and projects of the type described above during the construction phase; (3) Technical Ability (25%): Professional qualifications, expertise and education level of individuals employed by the firm and subcontractors who will be directly involved in providing the above described services; and (4) Management/Organization/Production/Quality Control (25%): Capability and past performance of the firm and subcontractors with respect to mobilizing, maintaining good working relationships; meeting schedules, providing accurate cost estimates, and tracking and controlling costs. Quality-control services include inspections, tests, and related actions, including reports, performed; by the Contractor; by independent agencies; and by governing authorities. The Contractor will employ and pay a qualified independent testing agency to perform tests and inspections specified in Contract No. 50-9SCP-02-79, Emergency Command Center. A firm-fixed-price contract will result from this solicitation, including profit, overhead and hourly rates for anticipated disciplines. Firms, when responding to this announcement, should address their capability with regard to each of the evaluation factors listed above, as the top rated firms recommended for interview will be recommended solely on their written response to this announcement. Architectural or engineering firms wishing to be considered must submit completed Standard Forms 254 and 255 and other pertinent information. This procurement is being made under the Small Business Competitiveness Demonstration Program. A/E is limited to subcontracting to firms agreed upon during negotiations. The 254s and 255s must be received NLT 4:30 P.M. local time on Wednesday, June 12, 2002. Facsimile or emailed submittals will be accepted. All submittals must clearly identify the Solicitation number (see above) on the face of the envelope for identification purposes. Late submittals will be handled in accordance with FAR 52.215-10. All responsible sources may furnish a submittal, which will be considered.
 
Place of Performance
Address: Susanville, CA 96130
 
Record
SN00084440-W 20020531/020529213104 (fbodaily.com)
 
Source
FedBizOpps.gov 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.