Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2005 FBO #1168
MODIFICATION

C -- Sherman Pass Scenic Byway Design Services

Notice Date
2/4/2005
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Eastern Washington ZAP, Colville NF, 765 S. Main, Colville, WA, 99114
 
ZIP Code
99114
 
Solicitation Number
R6-21-05-10
 
Response Due
3/7/2005
 
Archive Date
3/22/2005
 
Point of Contact
Grant Furulie, Contracting Officer, Phone 509-684-7113, Fax 509-684-7280, - Grant Furulie, Contracting Officer, Phone 509-684-7113, Fax 509-684-7280,
 
E-Mail Address
gjfurulie@fs.fed.us, gjfurulie@fs.fed.us
 
Description
The purpose of this modification to the original announcement is to correct the offer due time and Form to be submitted as follows: Qualified firms desiring consideration shall submit two copies of the Standard Form 330, Architect-Engineer Qualifications, and an organizational chart of key personnel to assigned to this project to the attention of Grant Furulie, Contracting Officer, at the address listed in this anouncement by 4:00 PM Local Time on March 7, 2005. Provide multi-discipline Architect-Engineer (AE) services for design and other supporting services for the project entitled, Design Sherman Pass Scenic Byway located in the Colville National Forest, Ferry County, Washington. Services will be for architectural, civil, landscape, structural engineering, and interpretive writing. The work includes, but is not limited to, all aspects of professional design services including the preparation of plans/drawings, system designs, drafting services, specifications, performing site investigations, and estimates for five site designs. Also an overall interpretive plan and sign development for specific sites on the 35 mile long byway and design elements for the artist impressions along trails. The AE is required to have interpretive writing experience; demonstrated ability to produce camera-ready layout, design, and editing of interpretive panels; and, experience in phenolic resin fabrication and abilities to produce digital files. An option item may be included for the fabrication of the interpretive signs. One AE firm will be selected from this solicitation. The selection criteria for this particular project are listed in descending order of importance: (a) Professional qualifications necessary for satisfactory performance of required services; (b) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (c) Capacity to accomplish the work in the required time; (d) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (e) Location in the general geographic 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; and, (f) Demonstrated knowledge and application sustainable design principles, including prescribing the use of recovered materials and achieving waste reduction and energy efficiency in site, facility, and landscape design. North American Industry Classification System (NAICS) code is 541330 and the size standard is $4 million. This announcement is open to all businesses regardless of size. To be eligible for contract award, a firm must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov. In addition, prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database (see FAR 4.1102). Cover letters and unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response are not desired. No additional project information will be given to A-E firms. Phone calls are discouraged unless absolutely necessary. Submittal by fax will not be considered. This is not a request for proposal.
 
Place of Performance
Address: Colville National Forest,, Supervisors Office,, 765 South Main,, Colville, WA
Zip Code: 99114
 
Record
SN00745767-W 20050206/050204211715 (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.