|
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 -- DOT-BEO BRIDGE INSPECTION/TRANSPORTATION PLANNING SOL
BIA-M00-99-12 DUE 113099 POC Stephen J. Calvin, Contracting Officer,
505/346-7555 WEB: dotbeo, http://www.doi.gov/procurement/index.html.
E-MAIL: StephenCalvin@bia.gov, DavidRamirez@bia.gov. 17. The Bureau of
Indian Affairs (BIA), Division 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 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). 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. All respondents 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: (#5), Bridge
Inspection and Inventory at potentially all BIA Areas includes, but is
not limited to, inspection of bridges in accordance with the National
Bridge Inspection Standards (NBIS), FHWA and AASHTO standards,
engineering analysis of existing conditions, review and update of
previous inspection reports and drawings, recommendations for follow-up
actions, cost estimates and documentation of findings in accordance
with BIA, NBIS, and AASHTO reporting requirements. Documentation will
use state of the art techniques including computerization of inspection
reports and input of SI&A data. Bridge inspection also includes
underwater inspection of bridge piersor substructures and scour
analysis when required; (#6), Comprehensive Transportation Planning
Studies and Reports on at potentially all BIA Areas includes, but is
not limited to, demonstrated expertise in developing short and long
range transportation planning and forecasts which require data
assemblage, origin-destination and related traffic surveys,
socio-economic analysis, traffic impact studies, traffic forecasting,
demographic analysis, inventory of existing road networks, historical,
present and future land use, and the compilation of transportation
related data effecting the area or region of concern from other
agencies (i.e. State and local governments, metropolitan planning
organizations). Disciplines of Work #1 and #2, will be administered by
a Contracting Officer (CO) located in the Albuquerque Area Office and
managed by a Contracting Officer=s Technical Representative (COTR)
located in the Division of Transportation, Branch of Engineering and
Operations office in Albuquerque, NM. The BIA intentsto award a of four
(4) Indefinite Quantity Contracts (IQC). The possible contract
length(s) 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 $2,000,000.00 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 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 IQC's shall be in accordance with Statutory guidance
as provided in the Federal Acquisition Regulation (FAR). To gain
consideration for one or more Disciplines, a separate SF 254 and 255
must be submitted for each specific Discipline. In addition, a
respondent must provide a cover letter accompanying the 254's and
255's, specifically identifying for which disciplines they would like
to be considered. This requirement for stating the specific the
specific discipline is intended to increase the number of available
firms, but this requirement does not preclude anyone firm from being
considered for contract award on one or more professional discipline.
Each prospective contractor must address its in-house capabilities to
successfully perform a particular Discipline and is strongly encouraged
to provide examples (i.e. construction plans, specifications,
estimates, quality assurance plans, testing and inspectionsplans, etc.)
exhibiting these in-house capability. 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 [projects] cost control,
quality of work, compliance with performance schedules and milestones,
specific records of performance on previous and similar technical
work. Including the ability to respond within 24 hours and
provide/perform emergency (short deadline) A&E requirements or
services. The submissions to document this capability shall be for a
period of no less than five (5) years; No. 2 Professional
qualifications necessary to provide satisfactory performance of
required services. These qualifications include exhibited in-house
technical competence and specialized experience of the firm in the
selected professional Discipline of Work. Factual documentation of
in-house technical competence and specialized experience shall be
provided to include, but not limited to, examples such as engineering
computations (plans, specifications, and estimates), field reports or
records on the organization's letterhead and with a signature including
title block (all examples shall be those that demonstrate the A-E
firm's in-house capabilities and not the capabilities of a
subcontractor); No. 3 Specialized experience and technical competence
in the type of work required which includes experience of in-house
personnel proposed for a specific professional discipline (great value
will be placed on professional licenses, past performance, and years
of experience); No. 4 The capacity to accomplish the work in the time
required which includes the ability of in-house principals and other
personnel as well as resources of the firm to plan, manage, and
coordinate workup to the $5,000,000.00 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). QualifyingIndian-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 and Standard Form 255 (discipline specific)
to the procurement office listed above within 30 calendar days of this
published announcement. All SF 254's and 255's shall be considered
current if dated and signed after May 11, 1994. All qualified Indian
owned firms mustsubmit, 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-SN399596). (0313) Loren Data Corp. http://www.ld.com (SYN# 0024 19991112\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|