|
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 -- SACRAMENTO AREA A&E SERVICES SOL BIA-M00-99-15 DUE 113099 POC
Stephen J. Calvin, Contracting Officer, 505/346-7555 WEB: SACRAMENTO
AREA A/E SERVICES, 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 Administration,
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 Reservation in the State
of California for the BIA Sacramento Area Office. Contracts 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 are in one (1) professional
discipline of work as follows: (#1) Road and Bridge Location,
Surveying, Mapping, Soil Investigation, Project Scoping Report (PSR),
and Road Design: 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. A Contracting Officer (CO) located in the Sacramento
Area Office and managed by a Contracting Officer's Technical
Representative (COTR) located in the same BIA Area Office will
administer discipline of Work #1. The BIA intents to award one (1)
Indefinite Quantity Contract (IQC). The possible contract length will
be five years, one base year and four option years. 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 the contract shall be
$1,000,000.00 per fiscal year. A&E services will be authorized by the
issuance of CDO's. All CDO's shall be of a "Time is Essential" nature,
which shall require completion of the CDO's on orbefore the required
delivery schedule date(s). The maximum value of any one CDO shall not
exceed $500,000.00. The maximum profit/fee allowable for the IQC's
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
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
$1,000,000.00 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-SN399620). (0313) Loren Data Corp. http://www.ld.com (SYN# 0021 19991112\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|