|
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 -- NAVAJO AREA A/E SERVICES SOL BIA-M00-99-17 DUE 113099 POC Stephen
J. Calvin, Contracting Officer, 505/346-7555 WEB: NAVAJO 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 States
of Arizona, New Mexico, and Utah for the BIA Navajo 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 have been separated into two (2) 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; and (#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; The contract for these Disciplines
of Work, #1 and #3, will be administered by a Contracting Officer (CO)
located in the Navajo Area Office and managed by a Contracting
Officer=s Technical Representative (COTR) located in the same BIA Area
Office. The BIA intents to award one (1) Indefinite Quantity Contract
(IQC) to include both disciplines. 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 any one contract shall be
$1,000,000.00 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 $500,000.00. 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 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-SN399605). (0313) Loren Data Corp. http://www.ld.com (SYN# 0022 19991112\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|