Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
SOLICITATION NOTICE

C -- A/E Services: School Assessments - Attachments

Notice Date
9/10/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Interior, Bureau of Indian Affairs, BIA - DAPM, 2051 Mercator Drive, Reston, Virginia, 20191
 
ZIP Code
20191
 
Solicitation Number
140A1619R0121
 
Archive Date
9/23/2019
 
Point of Contact
Terrence Hardy, Phone: 7033906471, Darnell Shelton,
 
E-Mail Address
terrence.hardy@bia.gov, darnell.shelton@bia.gov
(terrence.hardy@bia.gov, darnell.shelton@bia.gov)
 
Small Business Set-Aside
Indian Small Business Economic Enterprises
 
Description
Attachment 6 - Indian Economic Enterprise Representation Attachment 5 - Past Performance Questionnaire Attachment 4 - SF330 Attachment 3 - Statement of Work Attachment 2 - Evaluation Factors Attachment 1 - Instruction to Offerors ARCHITECT-ENGINEERING (A-E) SERVICES FOR DETENTION CENTERS Synopsis/Solicitation: 140A1619R0121 The Bureau of Indian Affairs (BIA) is seeking qualification packages and past performance information from vendors interested in providing professional architect and engineering services for assessment services in accordance with the attached Statement of Work (SOW). The Division of Facilities Management and Construction requires the services of an A-E firm to provide assessment services described herein. Services are required to provide sufficient technical, supervisory, and administrative effort to insure the expeditious accomplishment of this work for each of the four assessment locations. The A-E shall furnish all services, materials, supplies, equipment, investigations, studies, and travel required in connection with this work. Additionally, the A & E shall designate a principal point of contact between DFMC for each site with the authority and responsibility to supervise and administer the performance of the project This is a competitive selection process in which competing offerors' qualifications will be evaluated in accordance with (IAW) FAR Part 36.6 to determine the most highly qualified firms. The Government intends to award one Firm Fixed-Price contract. IAW FAR 36.603(b): To be considered for architect-engineer contracts, a firm must file with the appropriate office or board the Standard Form 330, "Architect-Engineer Qualifications," Part II and when applicable, SF 330, Part I. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this posting; all costs associated with responding will be solely at the interested parties' expense. Failure to respond to this post does not preclude participation in the subsequent technical evaluation so long as a firm's SF 330 is currently on file. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. This acquisition will be 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) firms. The NAICS Code 541330 (Engineering Services) applies to this acquisition, with a small business size standard of $15M. The Disclosure of Magnitude for the subsequent construction project is more than $10,000,000 IAW FAR 36.204(h). A-E EXPERIENCE REQUIREMENTS: The A-E firms' experience shall include that which is commensurate with the requirements specific to the attached Statement of Work. The work may include: (1) Professional services of an A-E nature, as defined by State law, if applicable, that are required to be performed or approved by a person licensed, registered, or certified to provide those services. (2) Professional services of an A-E nature that are associated with research, planning, development, design, construction, alteration, or repair of real property. (3) Other professional services of an A-E nature including studies, investigations, surveying and mapping, tests, evaluations, consultations, comprehensive planning, program management, conceptual designs, plans and specifications, value engineering, construction phase services, soils engineering, drawing reviews, preparation of operating and maintenance manuals, and other related services. The Bureau of Indian Affairs requires complete and functional designs that meet all applicable federal, state, local, and industry requirements. The A-E firm shall be responsible for all travel and lodging arrangements and expenses involved in the performance of work under this contract. The A-E firm shall furnish BIA with complete and usable products to include: planning documents, investigative reports, study reports, design analyses, project drawings, technical provisions (specifications), equipment layouts, cost estimates, submittal registers, quality assurance plans, constructability review reports, construction solicitation amendments, construction contract modifications, and other documents. QUESTIONS: All questions regarding this synopsis must be submitted in writing no later than September 16, 2019. Primary POC email: terrence.hardy@bia.gov Alternate POC email: darnell.shelton@bia.gov The following documents are considered Attachments to this Synopsis/Solicitation: Attachment 1 - Instructions to Offerors Attachment 2 - Evaluation Factors Attachment 3 - Statement of Work Attachment 4 - SF-330 Attachment 5 - Past/Present Performance Questionnaire Attachment 6 - Indian Economic Enterprise Representation
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/140A1619R0121/listing.html)
 
Place of Performance
Address: See Attachment 3 Statement of Work, United States
 
Record
SN05438423-W 20190912/190910231131-3183ee31990c6c0161ab9bc00cf83e9f (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  © 1994-2020, Loren Data Corp.