|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 2,1996 PSA#1692Facilities Management and Construction Center, Bureau of Indian
Affairs, Interior Department, P. O. Box 1248, 201 Third NW, 5th Floor,
Albuquerque, NM 87103 C -- INDEFINITE QUANTITY CONTRACTS FOR ARCHITECTURAL ENGINEERING
SERVICES SOL BIA-0150-96-3 DUE 103096 POC Ms. Judith A. Bodo,
Contracting Officer, (505) 766-2884 Architect Engineer (A E) Services
Design and Engineering Services for a variety of Bureau of Indian
Affairs and Tribal facilities within the continental United States are
being solicited by the Bureau of Indian Affairs (BIA), Acquisition
Services, Facilities Management and Construction Center. This
solicitation is limited to Architectural Engineering firms who are
qualified as 51% Indian owned firms as defined by the ''Buy Indian
Act'', 25 U.S.C. 47, and 20 BIAM, 2.1. A E firms will be required to
perform services on or near Indian reservations. The BIA intends to
award the following Firm Fixed Price Indefinite Quantity Contracts in
the first quarter of FY' 97: ten (10) for planning and design services
and eight (8) for construction inspection services. The planning and
design IQC contractor(s) shall not be awarded a Task Order to inspect
construction of a project which they designed. Each contract term will
be for one base year commencing with award date to September 30 of
that fiscal year, and four option years, each from October 1 through
September 30. Option years will be based on availability of funds. A&E
services will be authorized by issuance of Contract Task Orders which
shall describe the specific services required. The maximum value of
any one indefinite Quantity Contact shall be $2,000,000.00 per fiscal
year and the maximum value of any one Contract Task Order shall be
$1,000,000.00. Each IQC will have a minimum value of $1,300.00 payable
at the end of the last option year the IQC is in effect if no Task
Orders were issued. The maximum profit/fee allowable for the IQC's
shall be based on statutory provisions of FAR. The BIA will award
contracts to A&E firms pursuant to the Brooks Act and the Code of
Federal Regulations, Chapter 14, Subchapter F, Part 1436, Subpart of
1436.6 (Department of Interior Regulations), on the following selection
criteria listed in the order of importance. RESPONSES MUST BE FULLY
DOCUMENTED AND WILL SERVE AS THE BASIS FOR RANKING: (1) Past
performance over the last five years in the type of design services
required. Submit documentation that will demonstrate and verify that
deliverables were met according to delivery dates, within contract
budgets, and satisfactory performance was achieved. (2) Experience and
qualifications of proposed key personnel and experience in working
together as a team; (3) Specialized experienced and technical
competency of in house personnel to provide the services required in
this announcement; (4) Professional qualifications necessary to provide
satisfactory performance of the required services exclusive of the SF
255's and SF 254's, that will describe fully the firm's in house
qualification. Documentation of subcontracts or consultants is not
desired as part of the firm's qualifications; (5) Volume and nature of
present workload as it relates to the ability to perform the work
required; (6) Adequacy of facilities for performance of the work
including those necessary to provide specialized services that may be
required; (7) Computer assisted design capability; (8) Capacity of the
firm to perform the work within the time required. Provide a listing
of current contracts or work undertaken by the firm with completion
dates; (9) Availability of additional contractor personnel or
consultants to support expansion or acceleration of the project. It
shall be required that at least 30 percent of each Task Order's cost be
performed with personnel directly employed by the firm. Firms and
firm's consultants responding to this announcement shall be in full
compliance with licensing requirements and shall be currently permitted
to practice the profession of architecture or engineering in the state
of residency or incorporation. Standard Industrial Classification
(SIC) Code and Small Business Size Standards Applicable to this
Solicitation: SIC Code: 8711, Size Standard in Number of Employees or
Millions of Dollars: $9 Million. All A&E contracts shall be subject to
the Federal Acquisition Regulation (FAR), Subpart 36.6 and other
applicable laws. A&E services under this announcement shall be for the
alternation and repair, and/or new construction of BIA detention
centers, emergency shelters, quarters, offices, school and related
buildings and structures. All services shall comply with applicable
requirements of NFPA, UBC, OSHA, EPA, Uniform Federal Accessibility
standards, and accepted building design standards. Selection of
qualified Buy Indian A E firms will be based on the following
evaluation criteria categories AND RESPONSES MUST BE FULLY DOCUMENTED
IN THEIR SUBMITTALS. Firms seeking consideration for award shall have
demonstrated professional qualifications and capabilities for the
performance of the following services. The services required will
include (1) Conceptual design. The A E firm will provide preliminary
studies to develop a project scope to satisfy a program need, statutory
requirements; validate feasibility and attainable performance levels;
identify and quantify risks; develop a reliable budget estimate and a
realistic performance schedule; develop project criteria and design
parameters for all engineering disciplines, identify applicable codes
and standards, quality assurance requirements, materials of
construction, space allowance, energy conservation features, health,
safety, safeguards, and security requirements and any other features of
requirements necessary to describe a project. (2) Services which
include pre design services consisting of facilities planning, needs
assessments, feasibility studies, existing facilities surveys, site
analysis, and project validations. Additional services include
facilities related geotechnical investigations, test borings, and other
subsurface investigations; topographical, boundary, legal, utilities
surveys, and other field surveys; historic preservation, and
environmental assessments; prepare preliminary studies, sketches,
layout plans, and outline specifications; and prepare reports including
estimates of cost for the proposed project and of all structure,
utilities, and appurtenances thereto, (3) Services to provide complete
design of the work including preparation of all required preliminary
and final working drawings, specifications, construction cost estimates
and consult with BIA on all questions arising in connection with the
services performed by the architect engineer. The order of preference
of firms deemed to be most highly qualified shall be established by
applying a numerical rating system to the criteria listed above.
Section 7(b) of Pub. L. No. 93 638 (25 U.S.C. 450e) and 48 U.S.C.
1404.7002 require that preference opportunities in employment and
training be given to Indian/Alaska Native individuals and that
preference in the award of subcontracts to given to Indian/Alaska
Native economic enterprises. Failure by the contractor to submit a plan
for doing so prior to award and implement same after award shall be
sufficient reason for non award or termination of the contract for
default. Qualified Indian Subcontractor(s) shall be identified within
submittal to determine compliance with the requirements of Section
7(b), Pub. L. 93 638, as amended, 25 U.S.C. 450e and 48 C.F.R. 1414.702
requiring that preference opportunities in employment and training be
given to Indian/Alaska Native individuals, and preference in the award
of subcontracts to given to Indian owned enterprises, Indian
preference in subcontracting will be strictly enforced by the BIA. The
BIA IQC Contracting Officers shall review and approve all proposed A&E
subcontracts and consultants prior to the prime IQC contractor entering
into such contract(s). Further 48 C.F.R. 19.7 Subpart requires where
substantial subcontracting opportunities exist, consideration will be
given to minority business enterprises in subcontracts or consulting
contracts made in connection with this contract. Joint ventures will be
considered provided each joint venture entity is based on the
interdependency of members of which makes that arrangement viable and
desirable for quality effort. Each joint venture entity must be at
least 51% Indian owned. The Government shall not indemnify the firms
selected against liability involving any work performed under the IQC
and Task Orders issued therefore. Those qualified Indian owned A E
firms/joint ventures meeting the stated limitations and having the
capability and qualifications to perform the services described in this
announcement are invited to respond by submitting with original
signature (by the submitting firm(s)) the following to Judith A Bodo,
Contracting Officer, BIA, Facilities Management and Construction
Center, P. O. Box 1248, Albuquerque, NM 87103 to be received by 5 P.M.,
close of business, on October 30, 1996: i. a letter of intent; ii. a
completed current Representation Declaration form, for the submitting
firm; iii. response to the criteria listed in this solicitation (not to
exceed twenty five (25) pages); iv. a completed current Representation
Declaration form for each subcontractor to identify qualified Indian
Subcontractor(s) which will determine compliance with the requirements
of Section 7(b), Pub. L. 93 638, as amended; v. a record for each
subcontractor discipline identifying how the selected firm was
solicited (this shall determine whether Indian owned Subcontractors
were selected to the greatest extent feasible); vi. a completed,
current Standard Form 254 (for the firm and each proposed
subcontracting firm); vii. a completed current Standard Form 255; viii.
a completed current Procurement Integrity Form the submitting firm; ix.
firm(s) must submit all the obove, i through viii, administrative
requirements or be determined as nonresponsive. All Standard Forms 254
and 255 are considered current if dated and signed not more than one
year from the month of this notice. The announcement is subject to the
provisions of FAR Section 3.104 9, Certification Requirements. No
general notification other than this notice shall be made. No further
contractor action beyond the submission of the Standard Forms and
required documentation specified is necessary or encouraged. This is
not a request for proposal. IF SUBMITTING FIRM(S) DECIDE TO UTILIZE
THEIR PREVIOUS SUBMITTAL FOR THIS SOLICITATION, A WRITTEN NOTICE
STATING THIS MUST BE RECEIVED IN THIS ADVERTISING OFFICE ON OR BEFORE
THE COB OF THE October 30, 1996. Please note that here are changes from
the original IQC solicitation: (1) deleted quadrants; (2) delete No. 10
selection criteria, compliance with the Indian Preference requirements
prescribed in Section 7(b) of Public Law 93 638 ..., (2) adding
submissions ''i through ix.'' (0274) Loren Data Corp. http://www.ld.com (SYN# 0015 19961001\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|