Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 06, 2023 SAM #7800
SOURCES SOUGHT

Y -- Plumas Relocation Fire Crews Design Build

Notice Date
4/4/2023 10:09:21 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USDA FOREST SERVICE-SPOC SW Washington DC 20250 USA
 
ZIP Code
20250
 
Solicitation Number
12970223R0008
 
Response Due
4/18/2023 4:00:00 PM
 
Archive Date
07/31/2023
 
Point of Contact
Derek Lavey, John Kamerer
 
E-Mail Address
derek.lavey@usda.gov, john.kamerer@usda.gov
(derek.lavey@usda.gov, john.kamerer@usda.gov)
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT/ MARKET SURVEY FOR WRITTEN INFORMATION ONLY. �THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. The U.S. Forest Service (USFS) is issuing a Sources Sought to gain knowledge of interest and capabilities of businesses interested in contracting to provide Design-Build (DB) services to design and construct a new Forest Service Interagency Hotshot and Engine Module Work Center at the Chico Seed Orchard Site located along Skyway Blvd in Chico, California at an approximate Lat/long of 39.712686, -121.779261. 1. About the Forest Service Established by Congress in 1905, the mission of the Forest Service is to sustain the health, diversity, and productivity of the nation�s forests and grasslands to meet the needs of present and future generations. We manage public lands in the form of National Forests and National Grasslands, provide technical and financial assistance to state and private forestry agencies and make up the largest forestry research organization in the world. �2. General direction regarding Region 5�s Architectural Standards The design of the new facilities shall reflect and incorporate Forest Service Region 5 aesthetics and materials as depicted in the Forest Service Standard Engine Garage and Barracks Drawings which shall be provided with any potentially issued solicitation for this requirement. �Incorporating the design elements helps provide architectural and design theme components that are harmonious with and complimentary to the natural environment setting and Regional Architecture Strategy.� In addition, the infrastructure shall: A.�� �Be located, planned, and designed with respect for the natural systems in which they reside. B.�� �Aesthetically integrate their natural, cultural, and experiential context. C.�� �Contain design elements that reinforce a regional identity. D.�� �Emphasize efficiency of energy and materials consumption in construction and operation. E.�� �Create environments for people to enjoy and gain increased appreciation for the natural environment, and in which employees work productively, experiencing the connection to the resources they manage. F.�� �Use wood and wood products where appropriate in the construction, alteration, repair and operation of our infrastructure. G.�� �Adhere to Wildland Urban Interface (WUI) design requirements for urban locations. 3. Project Information 3.1�� �Description of the Work This project is to design and build a new Forest Service Interagency Hotshot and Engine Module Work Center at the Chico Seed Orchard Site. �The existing building parcel is not occupied currently and does not have public access, thus will be vacant during construction activities. �The surrounding Chico Seed Orchard grounds is occupied and used year-round. �The new infrastructure built will serve the Plumas National Forest, and the land the infrastructure is constructed on is Mendocino National Forest. � 3.2�� �Project Scope The project consists of the design and construction of a new Plumas National Forest Administrative Site to replace the Brush Creek assets used by the Feather River IHC and Engine module lost in the 2020 North Complex Fire. The project will be delivered through a single award Design-Build Contract. The Design Build Contractor (DBC) shall provide all labor, materials, supplies, equipment, transportation, geotechnical investigation, construction administration services, ancillary services and other necessary items to complete the Work. The Work includes multi-disciplinary design based upon Forest Service-provided Project Definition Documents and existing Region 5 Standard designs that will be integrated and evolved into a complete set of construction drawings. �The DBC will be responsible for designing and installing all utility services to the parcel as there are no existing utilities on site. �Based on the location of site, a new entrance off of Skyway Blvd is required thus additional coordination by the DBC and Government with State and County entities is required. �Additional deliverables anticipated are a project manual, schedule of values, construction cost estimates, building and site design compliant with all building codes, agency space policies, security requirements, and any additional agency requirements. Upon final approval of the Complete Stamped and Signed Construction Documents, the building and site shall be constructed as designed and specified, according to all applicable laws and requirements. �A federal monitor is required during all ground disturbance activities that are part of the construction document set.� The completed Work shall comply with the Guiding Principles for Sustainable Federal Buildings and shall demonstrate compliance by designing to a third-party green building standard, but certification is not required. 3. 3 Delivery Method The Government will use a Design-Build delivery method for this project. The Statement of Work for the DB contract will include indicative drawings and performance specifications of key systems to illustrate design intent. The Government selects firms for Design/Build contracts using a two step process. 1. Set Aside: TBD 2. NAICS: 236220 Commercial and Institutional Building Construction 3. PSC: Y1AZ Construction Of Other Administrative Facilities and Service Buildings 4.SBA Size Standard: $45.0M 5. Contract Price: �The total contract amount for all design and construction services is estimated to be between $5,000,000 and $10,000,000. Solicitation Availability: The USDA-FS anticipates if a solicitation for this requirement is issued it will be available within 8 weeks of the issuance of this sources sought announcement. �No questions regarding the solicitation received prior to the issuance of the solicitation will be retained or answered. 6. Submission Criteria USFS seeks the contractor's ability to demonstrate the necessary experience, including subcontracting, on projects similar to those described above for design build projects with a magnitude of at least $5,000,000-10,000,000.� Prior Government contract work is not required for submitting a response to this sources sought synopsis. Responders should address the following elements in their submittal: A. � �Firm�s name, address, point of contact, phone number, e-mail address, CAGE code and UEI number. B. � �In consideration of NAICS code 236220, with a small business size standard in dollars of $45M, indicate which (if any) of the following small business categories your business is classified under: Small Business, Veteran Owned Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, or 8(a) Business. C. � �Provide your firm�s capability statement. D. � �Provide up to three (3) examples of design build projects similar in scope, size and complexity described above, completed within the past six (6) years, to include a brief narrative identifying any experience relevant to the above project scope and description. For each project provided, include the role the submitting organization filled in the project team (i.e. prime construction contractor, A&E firm, subcontractor) and also list the other firms that were members of the project team.� These projects must be of relevant scope and complexity and demonstrate a minimum completion value of $5,000,000.00. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. E. � �Total submittal shall be no longer than six (6) pages in one (1).pdf file. Double sided pages will count as two (2) separate pages. 7. Submission Instructions: THIS NOTICE IS NOT A REQUEST FOR PROPOSAL, QUOTE OR BID. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. In addition, this sources sought is not to be considered as a commitment by the Government, nor will the Government pay for any information solicited or delivered.� Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Sources Sought Notice NLT 5:00 P.M. Mountain Time on 18 April 2023. All responses under this Sources Sought Notice must be emailed to Derek Lavey at derek.lavey@usda.gov referencing the sources sought notice number 12970223R0008. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/708ab5144746498c876a7b6471a01ec8/view)
 
Place of Performance
Address: Chico, CA 95926, USA
Zip Code: 95926
Country: USA
 
Record
SN06640093-F 20230406/230404230112 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.