|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 12,1999 PSA#2474DOI, Bureau of Indian Affairs, Southwest Regional Office, Albuquerque
Area Office, 615 1st Street, NW, P.O. Box 26567, Albuquerque, NM
87125-6567 C -- BIA/DOT BEO DESIGN/CM SOL BIA-M00-99-13 DUE 113099 POC Stephen J.
Calvin, Contracting Officer, 505/346-7555 WEB: BIA/DOT BEO,
http://www.doi.gov/procurement/index.html. E-MAIL:
StephenCalvin@bia.gov, DavidRamirez@bia.gov. 17. The Bureau of Indian
Affairs (BIA), Branch of Contracts and Grants, Albuquerque Area Office,
Albuquerque, NM solicits the services of Architectural-Engineering
(A-E) Firms. A-E firms will be required to perform services on or near
any of the Indian Reservations in the following geographical
locations: (1) Aberdeen (ND, SD, NE); (2) Albuquerque (NM, CO); (3)
Anadarko (KS, Western OK, TX); (4) Billings (MT, WY); (5) Eastern (ME,
NH, VT, MA, RI, NY, CT, PA, NJ, DE, MD, VA, WV, OH, IN, KY, TN, NC,
SC, GA, FL, AL, MS, LA, AR, MO); (6) Juneau (AK); (7) Minneapolis (MI,
IL, WI, IA, MN); (8) Muskogee (Eastern OK); (9) Navajo (AZ, NM, UT);
(10) Phoenix (AZ, UT, NV); (11) Portland (OR, ID, WA);(12) Sacramento
(CA). Contract awarded in response to this announcement will be awarded
in accordance with the authority of the "Buy Indian Act" (25 U.S.C.
47). Joint ventures shall not be considered. Firms responding to this
announcement shall be in full compliance with licensing requirements
and shall be currently permitted to practice the profession of
engineering in the State of Incorporation. In addition, all A&E
contracts shall be subject to the Federal Acquisition Regulation (FAR)
Subpart 36.6 and other applicable laws. The A&E services required by
the BIA have been separated into four (4) professional disciplines of
work as follows: (#1) Road Design, Surveying, Mapping, Soil
Investigation, Project Scoping Report (PSR), and Road and Bridge
Location: This discipline includes, but is not limited to, location
surveying related to the design of roads and bridges along with the
production of site maps, soil and material surveys; preparation of
construction drawings and specifications in accordance with BIA, FLH,
FHWA, AASHTO, ASTM, and approved State standards, including engineering
calculations and cost estimates for road construction. Road design also
takes into consideration factors pertaining to the design and/or
analysis of terrain, region, foundation, right-of-way, corridor
studies, traffic control devices,hydraulics, sedimentation and erosion
control and design ADT as well as preparation of related
archeological, environmental and flood hazard clearances as required by
all Federal regulations, and development of value engineering; (#2)
Road Construction Contract Management including Construction Surveying:
This discipline includes, but is not limited to, road construction
contract management, construction surveying (right-of-way, line grade
and slope staking), quality assurance, inspection, testing, and
monitoring contractor quality control plans in accordance with contract
specifications, maintaining current "as-built" plans, maintaining
current quantity records, maintain current submittal records, and
review and recommend pay requests; well versed with the requirements of
FHWA Standard Specifications, State Standard Specifications (as
applicable) for quality assurance which includes but not limited to
surveying instruments and procedures, laboratory testing equipment and
AASHTO/ASTM procedures, as well as, applicable state testing methods
as related to road construction; MUTCD requirements for traffic control
at construction sites; (#3) Bridge Design and Foundation Investigation:
This discipline includes, but is not limited to, preparation of
construction drawings and specifications in accordance with AASHTO
standards, including preliminary engineering, hydraulic studies,
sub-surface investigations, and engineering calculations and cost
estimates for design of bridge replacement or rehabilitation. These
bridges may be constructed of timber, steel, concrete, or a combination
thereof; and (#4) Bridge Construction Contract Management including
Construction Surveying: This discipline includes work pertaining to,
but is not limited to, bridge construction contract management, quality
assurance, inspection, testing, and monitoring contractor quality
control plans. The work shall be in accordance with contract
specifications and will require preparation of current "as-built"
plans, quality assurance, inspection, testing, and monitoring
contractor quality control plans in accordance with contract
specifications, maintaining current quantity records, maintain current
submittal records, and review and recommendation of construction
contract pay requests. The A-E shall be required to be well versed with
the requirements of FHWA Standard Specifications, State Standard
Specifications (as applicable) for quality assurance which includes but
not limited to surveying instruments and procedures, laboratory testing
equipment and AASHTO/ASTM procedures, as well as, applicable state
testing methods as related to bridge construction;. Expertise in
structural concrete mix design analyses, quality control/assurance
inspection and testing, pile driving, form-work and false-work,
structural steel fabrication and erection, and concrete deck finishing
operations is necessary along with being well versed with the testing
procedures and method of AASHTO and ASTM, and MUTCD requirements for
traffic control at construction sites; The BIA intentsto award two (2)
Indefinite Quantity Contracts (IQC); one contract to include
Disciplines #1 and #3 and another contract to include Disciplines #2
and #4. The possible contract length will be five years, one base year
and four option years. The contract will be administered by a
Contracting Officer (CO) located in the Albuquerque Area Office,
Albuquerque, NM and managed by a Contracting Officer=s Technical
Representative (COTR) located in the BIA/DOT BEO Office, Albuquerque,
NM. The Base year shall be effective October 1, 1999 and shall end on
September 30, 2000. In the event of Protest or Protests, which would
delay the award of the contract or contracts, the effective date shall
be the actual date of award and the period of performance shall be
established as one calendar year from date of award. The option years
are subject to the availability of funds and any non-funding decision
concerning the extensions of the contract shall be highly dependent on
a contractor's performance evaluation(s) for the previous year's
Contract Delivery Orders (CDO's). The maximum value for any one
contract shall be $4,000,000.00 per fiscal year. A&E services will be
authorized by the issuance of CDOs. All CDOs shall be of a "Time is
Essential" nature, which shall require completion of the CDOs on or
before the required delivery schedule date(s). The maximum value of any
one CDO shall not exceed $1,000,000.00. The maximum profit/fee
allowable for the IQCs shall be in accordance with statutory guidance
as provided in the Federal Acquisition Regulation (FAR). Each
respondent must address its in-house capabilities to successfully
perform the required Discipline and is strongly encouraged to provide
examples exhibiting these in-house capability (i.e. construction plans,
specifications, estimates, quality assurance plans, testing and
inspections plans, etc). Please be advised that all documentation
submitted shall become the property of the United States Government and
shall not be returned. In accordance with the Brooks Act, the BIA will
award contracts to A-E firms based on the following selection
criteria. Selection criteria numbers one and two are of equal
importance and the others are shown in descending order of importance.
No. 1 Past performance on contracts with Governmental agencies and
private industries in terms of cost control (describe the and
qualifications of key persons responsible), quality of work, and
process for compliance with performance schedules and milestones,
specific records of performance on previous and similar technical work
(and key individual responsible). The list of previous contracts
should include the name and telephone number of the person who was the
point of contact representing the Government or private industry for
each contract. Including the ability to respond within 24 hours and
provide/perform emergency (short deadline) A&E requirements or
services. No. 2 Professional qualifications necessary to provide
satisfactory performance of required services including professional
registration of members of the firm and outside consultants. No. 3
Specialized experience and technical competence of the team proposed
for this project (including outside consultants) in related areas of
work for the required specific professional discipline(s). No. 4
Describe the capacity to accomplish the work in the time required
including the ability of in-house principals and other personnel as
well as resources of the firm to plan, manage, and coordinate work up
to the $4,000,000.00 maximum at any one time utilizing a team on a
project that consists of several phases. The availability of additional
professionally qualified regular employees (not subcontractors) to
provide assistance on an as required basis should also be addressed.
No. 5 Specific knowledge and work experience related to the specific
professional discipline of work in the geographic region(s) previously
mentioned; and No. 6 Ability to comply with Indian Preference
requirements as prescribed in Section 7(b) of Public Law 93-638.
Section 7(b) of Public Law 93-638 (25 U.S.C. 450e) and 48 CFR 1404.7002
require that preference opportunities in employment and training be
given to Indian/Alaskan Native individuals and preference in the award
of subcontracts. This preference in subcontracting will be strictly
enforced by the BIA. The BIA Contracting Officers shall review and
approve all proposed A-E subcontracts and subcontractors prior to the
prime contractor entering into such subcontract(s). Qualifying
Indian-owned firms shall incur 50% of all contract performance in-house
personnel. The Government shall not indemnify the firms selected
against liability involving any work performed under the basic contract
and any delivery orders issued thereto. The BIA intents to develop and
distribute to the BIA Area Office, a separate lists of qualified
Indian Owned A-E firms for use in subcontracting. Those qualified
Indian Owned A-E firms meeting the stated limitations and having the
capability to perform the service(s) described in this announcement are
invited to respond by submitting on organizational letterhead, with
original signature a Letter of Intent which includes the specific
professional discipline(s) of interest, a completed Standard Form 254,
Architect-Engineer and Related Services Questionnaire (unless already
on file and less than 12 months old) and Standard Form 255,
Architect-Engineer and Related Services Questionnaire for Specific
Project (required for this solicitation) to the procurement office
listed above within 30 calendar days of this published announcement.
All qualified Indian owned firms must submit, with its Standard Forms
254 and 255, an affirmative statement of their Indian Eligibility. This
announcement is subject to the provisions of FAR Subpart 3.104-9,
Certification Requirements. All eligible contractors will be required
to sign a Representation Declaration upon contract award. No general
notification other than this notice shall be made. No further
respondent action beyond the submission of the Standard Forms and
required documentation is necessary or encouraged. This is not a
request for proposal. Posted 11/09/99 (W-SN399599). (0313) Loren Data Corp. http://www.ld.com (SYN# 0020 19991112\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|