Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 12,1999 PSA#2474

DOI, 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