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 -- PHOENIX AREA A&E SERVICES SOL BIA-M00-99-16 DUE 113099 POC Stephen J. Calvin, Contracting Officer, 505/346-7555 WEB: PHOENIX 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, Nevada, and Utah for the BIA Phoenix 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: (#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. A Contracting Officer (CO) located in the Phoenix Area Office and managed by a Contracting Officer's Technical Representative (COTR) located in the same BIA Area Office will administer discipline of Work #3. The BIA intents to award one (1) Indefinite Quantity Contracts (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 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-SN399624). (0313)

Loren Data Corp. http://www.ld.com (SYN# 0029 19991112\C-0012.SOL)


C - Architect and Engineering Services - Construction Index Page