Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2002 FBO #0111
MODIFICATION

C -- Engineering and Design Services

Notice Date
3/5/2002
 
Notice Type
Modification
 
Contracting Office
U.S. Department of the Interior, Bureau of Indian Affairs, Western Regional Office, P.O. Box 10, Phoenix, Arizona 85001-0010
 
ZIP Code
20191
 
Solicitation Number
RBH00020005
 
Response Due
3/20/2002
 
Point of Contact
Gerald Knox, Contracting Officer, (602) 379-4029 Fax (602) 379-6763
 
Description
DESC: The Bureau of Indian Affairs, Western Regional Office, solicits for the award of a indefinite quantity contract for Architectural-Engineering Services for San Carlos Irrigation Project located in Coolidge, Arizona.. Firms responding to this announcement must be in full compliance with licensing requirements and shall be currently permitted to practice the profession of engineering in the State of Corporation. The Government anticipates to award three contracts resulting from this procurement and services will be authorized by issuance of contract Delivery Orders. The maximum per contract per year will not exceed $250,000.00; and the value of any Delivery Order will not exceed $200,000.00. The minimum guaranteed value of each (IDC) will be $500.00. The contract will include three one-year option periods subject to the availability of funds. The services required may include, but will not necessary be limited to: (1)Electrical , Electronic, Civil, Mechanical and Structural Engineering; (2) Material and Construction; (3) Specification Development; (4) Cost Estimating; (5) Engineering Studies; (6) Engineering Support and (7) Engineering Drafting (Manual and CAD). Typical projects may include but will not necessarily be limited to the engineering and design of electrical, electronics and incidental non-electric features of substation and transmission line facilities. A-E selection criteria are listed in order of importance and will include: (1) Recent specialized experience and technical competence in the preparation of the design of: new electrical systems, alterations or repairs of existing electrical systems, grounding systems, and electrical and electronic control systems. Do not list more than a total of 10 projects in Block 8. Indicate point of contact and telephone number in block 8C for each project listed. Indicate which consultants from the proposed team, if any, participated in the design of each project; (2) Professional qualifications of the staff (including consultants if applicable) assigned to the work; (3) Capacity to accomplish the work in the required time. Indicate the firms present workload and the availability of the project team (including consultants, if any) for the specific contract performance period; (4) Quality Assurance/Quality Control coordination methods used during the performance of work; (5) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Indicate by briefly describing internal quality assurance/quality control procedures and cost control procedures. List recent awards, commendations and other performance evaluations (do not submit copies); (6) Location in the general geographical 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. The Government will not indemnify the firm selected against liability involving any work performed under the basic contract and delivery orders issued thereto. The contract will include Section 7(b) of Public Law 93-638 (25 U.S.C. 450e) and 48 CFR 1404.7002. A-E firms which meet the requirements described in this announcement are invited to submit a completed SF 254, a SF 255, and a SF 254 for each consultant listed in block 6 of the firms SF 255 to the office list above. Firms responding to this announcement by 4:00 P.M., local time, 20 March 2002, or the 30th calendar day after the date of appearance of this announcement in FedBizOpps, whichever is later, will be considered. This is not a proposal. Additional information requested of applying firms: indicate solicitation number in block 2b, CEC (Contractor Establishment Code) and/or DUNS number (for the address listed in block 3) and TIN number in block 3, telefax number (if any) in block 3a and discuss why the firm is expecially qualified based on the selection criteria in block 10 of the SF 255. Personal interviews may not be scheduled prior to selection of the most highly qualified firms. SF 255's shall not exceed 30 printed pages (double sided is two pages/organ charts and photographs excluded, exception: photographs with text will be considered as a page). All information must be included on the SF 25 (cover letter, other attachments and pages in excess of the 30 page limit will not be included in the evaluation process). Firms not providing the requested information in the format (i.e. not providing a brief description of the quality control plan) directed by this synopsis may be negatively evaluated under the selection criteria in which it was requested. Firm which design or prepare specifications for a construction contract or procurement of supplies cannot provide the construction or supplies. This limitation also applies to subsidiaries and affiliates of the firm. Telegraphic and facsimile SF 255's are not accepted. Site visits will not be arranged during the submission period. All SF 254's and 255's are considered current if dated and signed after the date of this notice in FedBizOpps. This procurement is subject to FAR Subpart 3.104-9m Certification requirements. Based on the document submitted, the Government shall evaluate the submittal document in accordance with the above evaluation criteria and shall select the top five (5) best qualified Firms to receive a request for proposal (RFP). RFP's will be issued only to the top five best qualified firms and the government anticipates to award three Indefinite Quantity contracts resulting from the RFP.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOI/BIA/RestonVA/RBH00020005/listing.html)
 
Place of Performance
Address: San Carlos Irrigation Project, P.O. Box 250, Coolidge, Arizona
Zip Code: 85228
Country: U.S.A.
 
Record
SN00046888-F 20020323/020321214512 (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.