MODIFICATION
C -- HORNING SEED ORCHARD AE SERVICES
- Notice Date
- 3/27/2014
- Notice Type
- Modification/Amendment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- BLM OR-ST OFC PROC MGMT BR(OR952)1220 SW 3rd Avenue, 12th FloorPORTLANDOR97204US
- ZIP Code
- 00000
- Solicitation Number
- L14PS00149
- Response Due
- 4/4/2014
- Archive Date
- 5/4/2014
- Point of Contact
- Barbara Young
- E-Mail Address
-
byoung@blm.gov
(byoung@blm.gov)
- Small Business Set-Aside
- N/A
- Description
- Changes: ** Response Date is Amended to April 4, 2014. ** **Acquisition is now Unrestricted, open to both Large and Small businesses. FIRM FIXED PRICE CONTRACT FOR ARCHITECT ENGINEER (A-E) SERVICES, SITE-SPECIFIC FOR THE HORNING SEED ORCHARD, NEAR COLTON, OREGON to provide services for planning, cost estimating, civil design, architectural and other work to fully complete the design, plans, specifications, and miscellaneous project administration tasks for 4 existing buildings with the Bureau of Land Management (BLM). Selection for negotiation will be based on demonstrated competence and qualifications for the required work. The North American Industrial Classification System code is 541310, which has a size standard of $7mil in average annual receipts. This procurement is Unrestricted, Open to both Small and Large Businesses. A firm-fixed-price contract will be negotiated. The contract is anticipated to be awarded on or about 30 April 2014 and design of the basic line items to be completed by July 15, 2014. Option items are anticipated. The performance period for the contract will end Not Later than September 30, 2015. PROJECT DESCRIPTION: The following buildings are located at the BLM Horning Seed Orchard and are the scope of this requirement. The magnitude of the requirement for this project is between $500,000 and $1,000,000. BUILDING 1: Work Building, 2848 square feet; Constructed 1971, 60x32, Garage Addition constructed 1976, 29 x 32, Metal roof installed 2012, Asbestos survey performed 2011, none present. Current use: Vehicle/inventory storage; Future use: Seed and Pollen cleaning/processing and inventory storage. Remodel includes: Partition two 96 sqft climate controlled rooms, Upgrade; windows, doors, plumbing, electrical, lighting, insulation, exterior siding. Install HVAC, internet phone service. Construct a shelving system for storage. BUILDING 2: Main Office (Lab Building), 2600 sqft: Constructed 1974, 30 x 56, North Addition constructed 1988, 30 x 12, South Addition constructed 1994, 6 x 30, West Addition constructed 1994, 19 x 20. Asbestos survey performed 2011, present throughout. Remodel includes: Reconfiguration of reception area, ADA Compliant entryway and bathroom, Upgrade; windows, doors, plumbing, electrical, lighting, insulation, HVAC, flooring, exterior siding, and roofing. Convert the lab area to a conference room with appropriate media ports for presentations. BUILDING 3: Kitchen, 1188 sqft, Constructed 1966, 22 x 54, Asbestos survey performed 2011, present throughout. Current use: Kitchen/dining facility; Future use: Kitchen/dining/conference room; Remodel includes: Reconfiguration of dining and kitchen area, ADA compliant entryway and bathroom installation of appropriate media ports for presentations, Upgrade; windows, doors, plumbing, electrical, lighting, insulation, kitchen ventilation, HVAC, flooring, exterior siding, roofing. Install propane lines. BUILDING 4: Dormitory (Bunk House), 1188 sqft, Constructed 1966, 22 x 54, Asbestos survey performed 2011, present throughout. Remodel includes A: Reconfiguration of restroom, partition additional bathroom and laundry room, Upgrade; windows, doors, plumbing, electrical lighting, insulation, HVAC flooring, exterior siding, roofing. The Selected AE Firm will be required to perform all necessary work verifying record drawings, and existing site conditions. The Selected AE firm shall furnish technical services for schematic design, design development, construction documents and post-construction services. It is expected the following key disciplines; but are not limited to, are required for this procurement architectural, electrical, mechanical, civil, structural, environmental, interior design, sustainable design and cost engineering. All plans and specifications shall be stamped by a Professional Architect or Professional engineer as appropriate, licensed in the State of Oregon. Project requirements include meeting Access Board, ADA lines and standards and BLM guidelines for use of recycled content, energy conservation, and sustainable operations. SPECIFIC TASKS: The Selected AE Firm will be responsible for the following base tasks: (1) Review existing record drawings and existing site conditions for all 4 buildings. Provide recommendations with detailed cost breakdowns for building modifications, structural revisions, electrical, mechanical, finishes, asbestos removal, and all work required to complete the remodel of the 4 buildings. This shall also include an option for demolishing buildings 3 & 4 and constructing a new single building. The detail shall be of adequate to allow the bureau to make specific decisions on building design, finishes, mechanical systems, and all other work. (2) Provide 100% plans, specifications, and estimate for the complete remodeling of Building #1. The Selected AE Firm shall be capable of meeting the following schedule for the base items: May 1, 2014 -First Task for AE Evaluation and Cost Estimate - 4 Buildings; June 7, 2014 - Second Task - Plans, Specifications and Estimate for Work Building Project; July 15, 2014 - 100% Plans, Specifications and Estimate for the Work building, Ready for Solicitation. In addition, the Selected AE Firm will be responsible for the following tasks, at the option of the government. (3) Option 1: Provide construction contractor submittal review, inspection, documentation, and other work for construction of Building #1. (4) Option 2: Develop 100% Plans, Specifications, and Estimate for the Remodel or Construction of Buildings 2, 3, and/or 4. (5) Option 3: Provide construction contractor submittal review, inspection, documentation, and other work for construction of Buildings 2, 3, and/or 4. The Performance Period for the contract shall not exceed September 30, 2015. SELECTION: Award will be made in accordance with Brooks Act procedures to the highest qualified offeror for the particular category and geographic area with a reasonable price. Evaluation of SF-330s submitted in response to this announcement will consider: (1)Professional qualifications necessary for satisfactory performance of requirement service. Key personnel are defined as lead designers for key disciplines including the project manager and quality control manager to be assigned to this contract for both the consultant and sub consultants. Key personnel proposed are required to be licensed or certified professionals that make up the team. Provide qualification of key per personnel. Provide examples where key personnel have be able to reduce project costs for their clients. (2)Specialized experience and technical competence in the type of work required, including, where appropriate, experience in sustainable design. The proposed team shall provide a maximum of five specific completed projects that best illustrate overall team experience within the last three years. (3)Capacity to accomplish the work in the required time. Describe the firms ability to utilize an adequate number of personnel in key disciplines and the proposed team's ability to complete this project. Indicate the firm's present workload and the availability of the project team (including sub-consultants) for the specified contract performance period. Indicate specialized equipment available. (4) Past Performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Provide examples of projects that are similar in scope to these requirements as well as reference contact information. In its evaluation of past performance, in addition to information submitted by the firm, the government will consider any other sources available or deemed necessary. (5)Location in general geographical area of the project and knowledge of the locality of the project; provided, that application of the criterion leaves an appropriate number of qualified firms, given the nature and size of the project. This area of consideration is a 70 mile radius between principal place of business and the Salem BLM Office, 1717 Fabry Road SE, Salem, Oregon. (Mileage eligibility will be based on www.mapquest.com). To assist the Government in selecting the most highly qualified contractor, those firms slated as highly qualified may be interviewed or asked to submit supplemental responses. SUBMISSION REQUIREMENTS: Responses will be accepted in the following format All responsible sources may respond by submitting completed Architect-Engineer Qualifications, Standard Form 330 (Parts I and II), not later than April 4, 2014. Responses shall be marked with Solicitation No. L14PS00149 and addressed to the Bureau of Land Management (OR952) Attention: Barbara Young. Responses will not be accepted through FedConnect. Please submit responses via one of the following two methods by April 4, 2014 at 1330 hrs, local time, in Portland, Oregon: 1)via US Mail to PO Box 2965, Portland, OR, 97208 2)via Express mail to 1220 S.W. 3rd Avenue, Portland, OR 97204 Please submit 3 copies of the SF-330 if sending via US or Express mail.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/OR/L14PS00149/listing.html)
- Record
- SN03322401-W 20140329/140327234948-b1e9edd00e7205d481f83c27efa08022 (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 |