Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 2,1996 PSA#1692

Facilities 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