Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2003 FBO #0726
SOLICITATION NOTICE

R -- Architect-Engineer Services

Notice Date
11/21/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Bureau of Indian Affairs, Office of Facilities Management and Construction, Branch of Acquisition & Property Management, P.O. Box 1248, Albuquerque, NM 87103
 
ZIP Code
87103
 
Solicitation Number
RBK60040001
 
Response Due
2/13/2004
 
Archive Date
3/13/2004
 
Point of Contact
Diana P. Garcia ? 505-346-7214, Fax ? 505-346-7219
 
Small Business Set-Aside
8a Competitive
 
Description
THIS ACQUISITION IS INDIAN PREFERENCE. Architect-Engineering and related services, required for a variety of Bureau of Indian Affairs and Tribal facilities within the Continental U.S., are being solicited and limited to Architect Engineering firms who are qualified 51% Indian owned firms as defined by the "Buy Indian Act", 25 U.S.C. 47 and 20 BIAM 2.1. The Bureau anticipates awarding up to four (4) Indefinite Delivery/Indefinite Quantity Contracts (ID/IQ). Each contract may have a minimum value of $15,000.00 and the sum of all delivery orders issued under each ID/IQ shall not exceed $5.5 million annually. Duration of each contract will be for one-year with two, one year option periods. Work will be authorized by issuance of delivery orders under each ID/IQ. NAICS codes 541310 and 541330 are applicable to this solicitation. Firms seeking consideration for award shall have demonstrated professional qualifications and capabilities for the performance of the following services: Architectural/Engineering Design for new construction, alteration, or repair and improvement of schools and school related facilities, dormitories, detention/law enforcement facilities, offices, quarters, and other miscellaneous support facilities and utilities systems. Basic Services Required: 1) Pre-Design Services consisting of facilities planning and programming, needs assessments, feasibility studies, existing facilities surveys, site analysis and project validations; 2) Design Services consisting of schematic and design development services, and preparation of final construction documents including detailed cost estimates; 3) Construction Phase Services consisting of: a) construction contract administration (shop drawing, sample, and construction payment reviews, change order preparation, operation and maintenance manuals preparation, etc.), and b) inspections (periodic and full and /or part-time on-site inspection services); 4) Use of L.E.E.D. building performance standards; 5) Commissioning Services: provide building commissioning services using applicable guidelines; 6) Design Review Services: review design submittals for compliance with BIA adopted codes, standards and criteria, ensure design submittals meet the project budget; 7) Value Engineering Services: provide Value Engineering (VE) services using the methods and principles of the Society of American Value Engineers (SAVE). The selected A-E firm may be required to provide the services of a qualified fire protection engineer and/or life safety code specialist to review design documents or construction contractor submittals for compliance with BIA adopted codes, standards associated with life safety, health, accessibility for the handicapped or contract documents. Additional Services: Facilities related geotechnical investigations; topographic, boundary, legal and utilities surveys, environmental assessments, historic preservation services, asbestos abatement services, engineering studies and other related services. Potential A-E firms will be evaluated for the above designated basic services using the following selection criteria: 1) 30% - Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with design requirements and performance schedules; 2) 15% - Experience and Qualifications of Key Personnel, including specialized technical skills, project coordination and management skills; 3) 15% - Specialized Experience and Technical Competence of the firm in the type of services required; 4) 15% - Professional Qualifications necessary for satisfactory performance of the required services; 5) 10% - Volume and nature of present workload as it relates to the ability to perform the work required; 6) 5% - Adequacy of facilities; 7) 5% - Computer assisted design capability and capacity; 8) 5% - Capacity to accomplish required services; 9) 5% - Availability of additional contractor personnel or consultants to support expansion or acceleration of services; 10) 5% - Indian Preference Compliance. Qualified Indian Architect-Engineering firms and/or joint ventures meeting the requirements listed and having the capability and capacity to perform services described in this announcement are invited to respond by submitting written request to the procurement office listed within forty-five (45) calendar days form date of this notice.
 
Record
SN00475082-W 20031123/031121230754 (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.