Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2010 FBO #3182
SOLICITATION NOTICE

R -- Top of the Rockies, CO Professional Services needed for Project Site Master Plan Development and other products/services - Required RFP paperwork for submittal

Notice Date
8/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of Agriculture, Forest Service, R-2/RMRS Central Administrative Zone, 240 West Prospect Road, Fort Collins, Colorado, 80526
 
ZIP Code
80526
 
Solicitation Number
AG-82X9-S-10-0143
 
Archive Date
9/18/2010
 
Point of Contact
Kimberly J. Luft, Phone: 3032755405
 
E-Mail Address
kluft@fs.fed.us
(kluft@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
Required documentation for return to USFS. Also contains contract specifics to include evaluation methods, contract administration, deliverables, and contract clauses. This is a combined synopsis/solicitation in Request for Proposal (RFP) for project management professional services to update the United States Forest Service (USFS) Corridor Management Plan (CMP) and Interpretive Management Plan (IMP) for the Top of the Rockies National Scenic and Historic Byway (TOR). This project is a coordinated effort between the Top of the Rockies National Scenic and Historic Byway Steering Committee, (TOR Steering Committee) and the US Forest Service (USFS). This effort will serve to integrate the recently designated, 40-mile segment from Twin Lakes, over Independence Pass, to Aspen, Colorado. Utilizing and updating existing plans will provide guidance for enhancing intrinsic qualities, coordinating the design and installment of facilities, and providing quality interpretation at all TOR sites and, in particular, at Independence Pass and Independence National Historic Town site. Updating the CMP and IMP will unify the entire length of TOR corridor including the extension from Twin Lakes, CO to Aspen, CO. A site master plan will be developed, using updated CMP and IMP guidance and design criteria, for the highly visited Independence Pass and associated sites to enhance visitor experiences and address safety concerns. The US Forest Service will own all completed plans, maps, renderings, photographs, images and data developed during the course of this project, unless specifically negotiated otherwise during the life of the contract. Should you have any technical questions regarding this RFP, please contact Cheryl Hazlitt, Contract Officer Representative (970-295-6660) or Lori Crystal (PSICC) and Martha Moran (WRNF), Project Managers (719) 553-1436. For contract-specific questions, please contact Kim Luft at 303-275-5405 or kluft@fs.fed.us. SCHEDULE OF ITEMS - PROJECT: Top of the Rockies Scenic Byway Master Interpretive Plan Revisions, Corridor Management Plan: Additions, Design Guidelines, and Concept Design for Independence Pass. UNIT 0205 Pike San Isabel NF SOL. # AG-82X9-S-10-0143 ITEM DESCRIPTION UNIT QTY UNIT PRICE TOTAL PRICE 001 Corridor Management Plan Update, Revisions and Mapping 002 Updated Interpretive Master Plan, and extension to the byway 003 Site Master Plan for Independence Pass 004 Architectural Design guidelines, and recommendations 005 Printing, binding and publishing 15 color copies + 15 CDs TOTAL COST:____________ 1) Respondent must price each item to be considered for award. 2) Responses for quantities less than those listed may be rejected. ------------------------------------------------------------------------- DESCRIPTION OF WORK (a) Development of an updated CMP for the entire TOR including review of existing CMP, data and strategies as well as development of a plan for the national extension from Twin Lakes to Aspen, CO. (b) Creation of a site master plan with design guidelines and a consistent architectural appearance for Independence Pass. (c) Design guidelines and narrative for entire byway corridor, and recommendations as well as priorities for future site master planning efforts (d) Development of an updated IMP for the entire TOR including review of existing IMP, interpretive strategies and prioritization as well as development of a plan for the national extension from Twin Lakes to Aspen, CO. (e) The updated CMP and IMP will address all of the issues and elements in the current CMP and IMP or will provide a rationale as to why issues and elements left unaddressed are no longer relevant or applicable. New elements to be addressed may include, but are not limited to: 1. Dramatic landscape changes and unique ecosystems along the byway corridor 2. Water quality, and watershed preservation 3. Interaction and relationship between TOR Board of Directors, Independence Pass Foundation, CDOT and other partners, including the White River National Forest, Aspen Historical Society, and Pitkin and Lake Counties 4. Renewable resources and energy conservation (f) Renewable resources and energy conservation for Byway management in the context of the highly developed resort area of Aspen. (g) A new section in the CMP and the IMP that details TOR past history, actions and the results and lessons. (h) A new revised map showing the complete Byway with the new section, past and new sites, uses, and interpretive recommendations linked to inventories. (i) Safety needs analysis and improvements within the CMP: The communities have experienced considerable pressure from growth and development creating new safety and transportation concerns as well as potential opportunities to develop resources at sites previously considered unsafe to develop. This analysis will include a review of issues previously raised, identify strategies for addressing safety issues at various sites; and provide cost estimates. SEE SEPARATE ATTACHMENT FOR PROJECT DETAILS AND DELIVERABLES THAT MUST BE MET UNDER THE USDA FOREST SERVICE SPECIFICATIONS AS WELL AS EVALUATION CRITERIA. VENDOR MUST COMPLETE ALL REQUIRED RFP DOCUMENTS TO BE CONSIDERED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/82FT/AG-82X9-S-10-0143/listing.html)
 
Place of Performance
Address: Colorado, United States
 
Record
SN02233762-W 20100811/100809235215-63e60d6f9f1843b0a1d565a1128aaf38 (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.