Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2002 FBO #0257
SOLICITATION NOTICE

C -- Architect and Engineering Services!!

Notice Date
8/14/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Bureau of Indian Affairs, Contracting Section, P. O. Box 25520, Juneau, AK 99802-5520
 
ZIP Code
99802-5520
 
Solicitation Number
02-RFP-02
 
Response Due
8/30/2002
 
Point of Contact
Christine Vavalis, Contracting Officer, P. O. Box 25520, Juneau, AK 99802-5520 - 907/586-7781
 
E-Mail Address
Email your questions to N/A
(N/A)
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Indian Affairs (BIA) Alaska Region, PO Box 25520; Juneau, Alaska 99802 solicits the services of Architectural & Engineering (A&E) Firms. A&E firms will be required to perform services in or near any villages in Alaska. Contract awarded in response to this announcement will be awarded in accordance with the authority of the "Buy Indian Act" (25 USC 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 Alaska. In addition, all A&E contracts shall be subject to the Federal Acquisition Regulations (FAR) Subpart 36.6 and other applicable laws. The A& E services required by the BIA are Road Design, Surveying, Mapping, Soil Investigations, Project Scoping Report (PSR) and Road Location. This discipline includes, but is not limited to, location surveying related to the design of roads 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, cost estimates for road construction, and construction surveying. 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. The A&E shall be required to be well versed with the requirements of FHWA Standard Specifications. The BIA intends to award three (3) Indefinite Quantity Contracts (IQC). The possible contract length will be five years, one base year and four option years. A Contracting Officer (CO) located in the Alaska Region Office located in Juneau, Alaska, and managed by a Contracting Officer's Representative will administer the contracts. The base year shall be effective October 1, 2002 and shall end on September 30, 2003. In the event of Protest, Protests, or any other factor which would delay the award of the contract, the effective date shall be the actual date of award and the period of performance shall be established as one calendar year from the 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). The maximum value for the 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 shall be in accordance with statutory guidance as provided in the Federal Acquisition Regulations (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 capabilities. (I.e., construction plans, specifications, estimates, quality assurance 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 numbers one and two are of equal importance and the others are shown in descending order of importance. No.1. Specific knowledge and work experience related to the specific professional discipline of work in Alaska. No.2. Past Performance on contracts with Governmental agencies and private industries in terms of cost control (describe the 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. Include the ability to respond within 24 hours and provide/perform emergency (short deadline) A&E requirements or services. No.3. Professional qualifications necessary to provide satisfactory performance of required services including professional registration of members of the firm and outside consultants. No.4. Specialized experience and technical competence of the team proposed for this project (including outside consultants) and in related areas of work for the required specific professional discipline. No.5. 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 $2,000,000.00 maximum at any one time utilizing a team on a project that consists of several phases. The ability of additional professionally qualified regular employees (not subcontractors) to provide assistance on an as-required basis should be addressed; 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, training and in the award of subcontracts be given to Indian/Alaskan Native individuals or firms. This preference in subcontracting will be strictly enforced by the BIA. The BIA Contracting Officer shall review and approve all proposed A&E subcontracts and subcontractors prior to the prime contractor entering into such contract(s). Qualified Indian-owned firms shall perform at least 50% of all contract performance with 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. 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, a completed Standard Form 254, Architect-Engineer and Related Services Questionnaire and Standard Form 255, Architect-Engineer and Related Services Questionnaire for Specific Project 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 Representative 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!!
 
Web Link
N/A
(http://www2.eps.gov/spg/DOI/BIA/RestonVA/02-RFP-02/N/A)
 
Place of Performance
Address: Various Locations in Alaska
Zip Code: N/A
Country: US
 
Record
SN00140769-W 20020816/020814213744 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.