Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2012 FBO #3809
SOLICITATION NOTICE

Z -- Design Build for Eagle Butte Campus Renovations Project, Located in Dewey County, Eagle Butte, South Dakota

Notice Date
4/27/2012
 
Notice Type
Presolicitation
 
Contracting Office
BIA - GPRO - Regional Office BIA, Branch of Contracting115 4th Avenue SE, Suite 400 Aberdeen SD 57401
 
ZIP Code
57401
 
Solicitation Number
A12PS00980
 
Response Due
5/29/2012
 
Archive Date
4/27/2013
 
Point of Contact
TERRI CADY CONTRACTING OFFICER 6052267363 ;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
The Bureau of Indian Affairs/Office of Facilities Management & Construction anticipates awarding a firm-fixed price Design-Build contract based upon a two-phase selection procedure. The project solicitation consists of Two (2) Phases. The Pre-Solicitation Notice represents Phase One, Request for Qualifications (RFQ), of the Two-Phase, Design-Build process. To be further evaluated, firms must submit information in response to the criteria established in this RFQ by the specified due date and time. The project is located on the Cheyenne River Indian Reservation at Eagle Butte (Dewey County), South Dakota (Eagle Butte, South Dakota is approximately 90 miles north of Pierre, South Dakota). The North American Industry System (NAICS) Code for this requirement is 236220, and the U.S. Small Business Administration Size Standard is $33.5 Million dollars. This project is available to all responsible Design-Build Contractors nationwide meeting the above-referenced NAICS code and size standard under full and open competition. The Scope of Work includes the Design and Construction of the Eagle Butte Campus Renovations Project. This project includes Fire Protection, and Multiple Buildings Mechanical and Architectural Renovations. Also included in this project is the Construction of previously designed projects to include Asbestos Abatement & Microbial Remediation, Emergency Generators, Boiler Room and Heating System Restoration and Renovation, and Building Heating System Repairs. The contractor's design will be based upon the Schematic Design (SD) drawings, project requirements narrative, and Performance Technical Specifications (PTS) that will be provided in a subsequent Request of Proposal (Phase Two). Contractor recommendations for creative cost savings and/or quality-enhancing design solutions will be considered via the later RFP/Phase Two process. The estimated price is between $1,000,000 and $5,000,000, including Abatement/Remediation and all design and construction services. The contract provides for preparation of Design Development (DD) and Construction Documents (CDs). Record (redline) hard copy drawings and As-Constructed AutoCAD files drawings will also be required upon construction completion. All Design-Build (D-B) firms have until 4:00 P.M. (Central Standard Time Zone), May 29, 2012, to provide qualifications for evaluation based upon the following criteria in descending order in importance: 1. Past performance, demonstrating quality of work, professional expertise, technical competence, and ability to effectively schedule and manage a multi-disciplinary work force; 2. Extent of design/build experience, especially experience that the offeror's current A-E/construction company partnership has working together; 3. Demonstrated ability to provide innovative, cost effective design and construction solutions, with emphasis and a commitment to improving on the initial design concepts without adding to the overall project cost; 4. Experience with projects of a type and scope similar to that of this project, which include implementation of BIA requirements and successful implementation of a Tribal Employment Rights Office (TERO) Compliance Plan. Design-Build (D-B) firms/teams that meet the requirements of this announcement are invited to submit a Standard Form (SF) 330, U.S. Government Architect-Engineer Qualifications, to the office indicated above for Phase One evaluation. The SF 330's are formatted for Architect-Engineer (A-E) and related services, but this form will be used for both design and construction qualifications. The SF 330 can be downloaded from the forms library section at the following website: http//www.gsa.gov. Only hard copy responses received by 4:00 P.M. (Central Standard Time Zone), May 29, 2012, will be evaluated further. Up to Five (5) of the most highly-qualified Design-Build (D-B) firms will be short-listed to participate in Phase Two of this Design-Build (D-B) selection process. In Phase Two, the firms short-listed will be sent the Request for Proposal (RFP) which will contain the Schematic Design Drawings, Project Requirements Narrative, Performance Technical Specifications (PTS), and evaluation criteria for technical and firm-fixed price proposals. Offerors will be asked to prepare a proposal that may include design enhancements/cost-savings measures, and a project management plan, describing the contractor's management philosophy schedule, team organization, and quality control as part of the Phase Two technical proposal. The RFP will not require new design drawings as part of the Phase Two submittal. A price proposal will be required along with the technical and management proposals and a sub-contracting plan - large business contractors will be expected to subcontract at least 25% of the award total to small businesses. Short-listed offerors will be asked to submit both a technical and price proposal based upon evaluation factors identified in the RFP. Award of a single contract will be made to the "Best Value" offeror. Debriefings will be made available after contract award. For inquiries and clarifications, the primary point of contact is Terri Cady, Contracting Officer, telephone number (605) 226-7363, e-mail address Terri.Cady@bia.gov. The alternate point of contact is Anita Bollen, Contract Specialist, telephone number (605) 226-7363, e-mail address Anita.Bollen@bia.gov. No collect calls will be accepted. Note: This Pre-Solicitation announcement is NOT a Request for Proposals (RFP). SUBMISSION REQUIREMENTS: Firms that fully meet the requirements described in this announcement are invited to submit a Letter of Interest and a completed SF 330 for each firm, a Team SF 330, and an organizational chart of the team. The organizational chart shall include names of the key personnel, firms, disciplines, roles and responsibilities and/or technical expertise. Submission of any additional supporting material is encouraged, but only the extent that it graphically (via drawings and photographs) and further substantiates the relevant project work specifically described on the SF 330. Additional information should not exceed Twenty (20) double-sided pages. It is recommended that submissions be spiral bound and assembled in a manner that chronologically corresponds and addresses the Technical Evaluation Criteria. Submissions received via e-mail or facsimile will NOT be accepted. In support of sustainable practices of resource conversation and material recycling, submissions should be concise, make wise use of recycled/recyclable paper and other materials, be organized in such a manner that the recyclable materials can be easily removed after evaluation. To the extent possible, printed/copied double-sided paper documents should be submitted. Registration in On-line Representations and Certifications Applications (ORCA) is encouraged in responding to this announcement (http//www.bpn.gov). In addition, active registration in the Central Contractor Registration (CCR) database (See also: http//www.bpn.gov) is required on order to conduct business with the Federal Government. Responses must be received by May 29, 2012. Note: This is NOT a Request for Proposals (RFP). Note: Architect-Engineering (A-E) firms that were involved in the preparation of the final schematic design and performance specifications for this project are not eligible to participate in the subsequent Design-Build (D-B) process. Contracting Office Address: Bureau of Indian Affairs, Office of Acquisitions, 115 4th Avenue, S.E., Aberdeen, South Dakota 57401 Place of Performance: Eagle Butte, South Dakota Point of Contact(s): Primary, Terri Cady, Contracting Officer, (605) 226-7363, Alternate, Anita Bollen, Contract Specialist, (605) 226-7363
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS00980/listing.html)
 
Place of Performance
Address: Eagle Butte, SD
Zip Code: 57625
 
Record
SN02733252-W 20120429/120427235106-188e609963337b6bd0615cba7ee3d8e2 (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.