Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2010 FBO #3116
SOLICITATION NOTICE

C -- A&E Black Butte Quarters Design - Vicinity and Site Map

Notice Date
6/4/2010
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Central Oregon Procurement, Deschutes NF, 1001 SW Emkay Drive, Bend, Oregon, 97702
 
ZIP Code
97702
 
Solicitation Number
AG-04GG-S-10-0011
 
Archive Date
10/6/2010
 
Point of Contact
Sonya Hickman, Phone: (541) 883-6776, Dawn R Velazquez, Phone: (541) 883-6804
 
E-Mail Address
shickman@fs.fed.us, dvelazquez@fs.fed.us
(shickman@fs.fed.us, dvelazquez@fs.fed.us)
 
Small Business Set-Aside
Emerging Small Business
 
Description
Vicinity and Site Map The USDA Forest Service, Deschutes/Ochoco National Forests in the Pacific Northwest Region, has a requirement for Architect/Engineering Services for Black Butte Quarters Design on one location within the Deschutes National Forest Boundaries (Deschutes County, Oregon). Black Butte Quarters Design PROJECT OVERVIEW This A&E project is for the design of a 400 square-foot quarters cabin used to house Forest Service fire lookout personnel. The design shall include construction plans and specifications. The cabin site is administered by the Sisters Ranger District on the Deschutes National Forest. The site is located at an altitude of 6500 feet at the summit of Black Butte near Sisters, Oregon, in Jefferson County. The cabin is occupied from May 1 to October 31. This site experiences high winds, considerable snowfall and snow drifts, and heavy icing. The site can be accessed by traveling 5 miles northwest of Sisters, Oregon, on Highway 126, turning North on National Forest Road 11 to National Forest Road 1110. Proceed 4.5 miles to the Black Butte Trail Head. A two-mile hike is required to reach the project site. Alternatively, it is a 5-minute flight by helicopter from Sisters, Oregon, to the site. The design project deliverables will include: 1.Concept drawing (drawing or CAD) showing major design features and floor plan. 2.Written summary addressing the major design criteria. Also describe materials, methods, or design features that would reduce construction and transportation costs to this roadless site. 3.Site plan showing location of structures and project area features. 4.Cost of a full design. 5.Description of primary materials, such as roofing, siding, foundation type. 6. Estimated construction cost. The design shall provide: 1.Complete set of construction plans for the Black Butte Ground House (cabin) and toilet building based on the Forest Service concept drawing and the design criteria. including: a.Site work b.Substructure: Elements below grade and in contact with the ground. c.Shell: The superstructure, exterior enclosure, and the roofing. d.Interiors: Interior construction, casework, finishes, and fixtures. e.Services: Propane distribution and solar electrical distribution and control. f.Toilet building design. g.Waste handling methods for pit type toilets. h.Complete lightning protection system plans. Name and qualifications of designer/engineer. 2.An environmentally responsible design that complies with all applicable Federal, State and Local code and regulatory requirements, including: a. Black Butte Quarters Replacement and Trail Relocation Project Decision Memo, NEPA. b.Forest Service ”Built Environment Image Guide” http://www.fs.fed.us/recreation/programs/beig/01_frontmatter.pdf 3.Specification consistent with CSI format. 4.CAD requirements. 5.Detailed cost of construction report. DESIGN CRITERIA The criteria listed below are feature and element that will be addressed in the design and specifications. •The criteria indicated as "required" will be given high priority. •The criteria indicated as "desirable" will be given medium priority. •The criteria indicated as "if possible" will be achieved if the design and site considerations allow. •The criteria indicated "as specified" have different requirements specified in other sections 1.General guidelines: a.The architectural style is simple Cascadian. Avoid overbuilt or overstated appearance. The structures should reflect the remote, roadless nature of the site. Required b.The design should provide an open floor plan for 2 adult occupants. Required 2.Site Work: a.Minimum surface disturbance: Required. b.Sediment and erosion control: Required. c.Capture of rain water for domestic or non-domestic use: Desirable. 3.Energy Conservation: d.Conservation of Materials and Resources: 1)Use of materials containing recycled content: If Possible. 2)Use of local/regional materials: If Possible. 3)Use of rapidly renewable materials: If Possible. 4.Indoor Environmental Quality: a.Ventilation performance for good user health, operation of propane appliances, and structure longevity. Required. b.Use of materials that are low-emitting, non-toxic, and chemically inert: Required. c.Control of sources of indoor pollutants: Required. d.Provision of views to outdoors: As specified section in concept drawing. Required e.Thermal Performance: In accordance with the code or better. Required f.Interior Lighting – Use natural lighting and efficient low voltage light sources such as LED fixtures. Required 5.Health and Safety: a.Fire Resistance: The project will be Type V-B construction in accordance with the code. Required b.Prevention of Accidental Injury: As required by code and as follows: 4)Safety glazing in locations required by code, glazed areas subject to human impact, glazed areas at grade, skylights, and doors. Required. 5)Lightning Hazard: The design will prevent/mitigate harm to occupants, structure, services, and contents due to lightning strikes. Describe engineering basis of design. Required c.Design elements that will deter the growth of fungus, mold, and bacteria on surfaces and in concealed spaces. Required d.Structure opening will have insect and rodent resistant screens. Required e.The structure will be rodent and Insect resistant. Required. f.Physical Security: In addition to any provisions that may be required by law or code, both exterior and interior spaces will be designed to incorporate applicable aspects of Crime Prevention Through Environmental Design (CPTED). www.ncpc.gov.sg/pdf/CPTED%20Guidebook.pdf. - Desirable 6.Structure physical loads: Required a.Earthquake loads b.Wind lift for roof c.Wind loading for the structure d.Snow load e.Icing 7.Durability: a.The expected service life of the Ground House is 50 years. The life span could be substantiated, through building material warranties, or replacement intervals of major elements not expected to last the service life. Desirable b.Use insect resistant materials. Required 8.Operation and Maintenance: 9.Energy Efficiency: The facility will minimize energy consumption (propane) while providing function, amenity, and comfort. Required. 10.Efficient use of solar power (lighting, computer use). Required. 11.The project is to provide facility, equipment, and systems that are easily operated by personnel. 12.The construction will minimize the amount of scheduled maintenance. Develop a list of annual maintenance activities. 13.Design should provide for ease of repair. Elements that have life spans less than 50 years should have minimum replacement intervals, and, relative to the component and site, be easy to replace. FEATURES 1.Dry shower enclosure. 2.Kitchen sink and counter (hand pump, foot pump, gravity) 3.Propane heater 4.Propane stove 5.Propane refrigerator 6.Permanent working shutters 7.Storage for water, food, and supplies. 8.Propane Site ( 2 - 120 gallon tanks) 9.Solar Panels, site, controls, storage batteries for interior lighting, computer, and radio. Roof, ground, pedestal. 10.Toilet Building MATERIALS AND METHODS 1.Where a unique proposal is submitted for a material, method, design or system, an analysis should be submitted showing that the proposal can be accomplished using accepted construction, engineering, or scientific principles and the name and qualifications of the designer. A proposed element can be proven-in-use or proven-by-mock-up: a.Proven-In-Use: Proven to comply by having actually been built to the same or very similar design and known to perform under cited conditions. b.Proven-by-Mock-Up: Compliance that is reasonably predictable by having been tested in full-scale mock-up using the same materials and design as specified and functioning as specified. Testing need not have been accomplished specifically for this project. CITATION: 1.”Built Environment Image Guide” http://www.fs.fed.us/recreation/programs/beig/01_frontmatter.pdf ATTACHMENT: 1. Vicinity and Site Maps. +++++++++++++++++++++++++++++++++++++++++++++++++ The applicable NAICS code for this project is 541310 with a corresponding size standard of $4.5 million. Per the terms of the Small Business Competitiveness Demonstration Act, this solicitation is 100% set aside for Emerging Small Business Concerns. Firms will be evaluated and ranked in accordance with the terms of the Brooks Act. The estimated contract start work date is July 12, 2010. The period of performance will be 180 calendar days from time of award. NOTE: This project is for a design. There will be no other solicitation posted to Febizopps. The intent of this notice is to allow interested firms to submit Standard Form 330, Parts I and II, to the office listed in this notice. The submitted SF-330s will be evaluated for award of the design project as described in the following paragraph, “Evaluation Criteria.” There should be no work done on the design itself until after award. Evaluation Criteria Following the Short Selection Process for A&E, the following factors will be used for the purpose of evaluation. They are listed in descending order of importance, and will determine the most highly qualified firms, from which a final ranking of the three most highly qualified firms will be selected for further negotiations. Submitted Standard Form 330’s (SF 330), Parts I and II, shall address these areas specifically: 1Specialized experience and technical competence in construction design for use in areas of severe weather, high wind, heavy icing, snow loading, and also wildfire survivability. 2Professional Qualifications necessary for satisfactory performance of the services. 3Location in the general geographic area of the project and knowledge of the locality of the project. 4Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. 5Capacity to accomplish work within the required time frames. SF 330s will be evaluated to determine the most highly qualified firm based on criteria responses. Evaluating past performance and experience may include review of information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, inaccessible points of contact, or invalid phone numbers could result in a firm being considered less qualified. SUBMISSION PACKAGE REQUIREMENTS The SF 330 is limited to 75 single-sided pages. Minimum font size is 10. Submit two (2) copies of SF 330 for the prime offeror (SF 330 should also include team’s key sub consultants). Firms with branch offices and consultants must submit Part II of Standard Form 330 that should include project samples. Firms must separately address the evaluation factors and relate where information can be found in the submittal package relevant to each factor. Interested firms capable of performing the services described herein are invited to respond by submitting a completed Standard Form 330, Part I and Part II, to the following office address listed above by 4:30 pm, local time (Pacific), July 6, 2010. Firms shall provide one (1) original and 1 copy of their entire proposal. The submittal should be forwarded with a cover letter that states the firm is requesting consideration for Solicitation Number AG-04GG-S-10-0011. Send SF 330s to: Deschutes National Forest Redmond Air Center ATTN: Dave Bohning 1740 SE Ochoco Way Redmond, Oregon 97756
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/04GG/AG-04GG-S-10-0011/listing.html)
 
Place of Performance
Address: Deschutes National Forest, Redmond Air Center, 1740 SE Ochoco Way, Redmond, Oregon, 97756, United States
Zip Code: 97756
 
Record
SN02168406-W 20100606/100604234458-2d1269b50466cf7c5d62d6e1fb0a4b62 (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.