Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2005 FBO #1157
SOLICITATION NOTICE

C -- Professional Engineering Services

Notice Date
1/24/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Bureau of Indian Affairs, Navajo Regional Office, Division of Acquisition Operations, P. O. Box 1060, Gallup, New Mexico 87305-1060
 
ZIP Code
87305-1060
 
Solicitation Number
RMN00050031
 
Response Due
2/16/2005
 
Archive Date
3/16/2005
 
Description
The Bureau of Indian Affairs, Navajo Regional Office, is soliciting the award of Indefinite Delivery Indefinite Quantity (IDIQ) Contract for Professional Engineering Services relating to materials testing of road construction projects on the Navajo Indian Reservation in Arizona, New Mexico and Utah. This solicitation is two-fold where the government will evaluate and select five (5) qualified firms based on the requirements listed below and only the top five firms will move on to the second phase where a IDIQ will be negotiated. Firms responding to this announcement must be AASHTO Certified Laboratory and shall be in full compliance with the licensing requirements and shall be currently permitted to practice the profession of engineering in the State of Corporation. The Government anticipates to award two or three IDIQ resulting from this procurement and all services will be authorized by issuance of Delivery Orders as the need arise. The contract will include four (4) option years subject to availability of funds. The contract scope of work consists of the following discipline of engineering services: (A) Pavement, bridge foundation design recommendations, and any and all other structural element foundation recommendations for a given highway and/or bridge project; and (B) Testing of soils, aggregate base, portland cement concrete, asphalt cement, and asphaltic concrete materials. Services will include but not limited to (1) Preliminary Engineering Services which consists of subsurface exploration and foundation/structural pavement design; roadway sampling and testing; soils investigation and surfacing recommendation report; bridge and other structural element soils investigations, sampling and testing; and bridge/major drainage structure soils investigation and foundation recommendation report; and (2) Roadway/Bridge/Structural Element Construction Testing which consists primarily of aggregate base course, asphaltic concrete pavement, and portland cement concrete testing. In order to gain consideration, each discipline must be addressed separately by relating the interested AASHTO Certified Firm???s capabilities to the following evaluation criteria categories and points; the items of which are in descending order of importance: 1. (25 Pts.) Professional qualification and experience personnel proposed for assignment to work within the specified disciplines through AASHTO certification for all highway material testing procedures. Greater consideration may be given for Firms who have licensed professional Engineers on staff 2. (20 Pts.) Exhibit competence of the Firm in the specialized disciplines of Highway/Bridge engineering and materials testing, soil mechanics and foundation engineering, and pavement design. 3. (15 Pts.) Adequacy of equipment and facilities available for performing the proposed work as well as the ability to furnish all equipment, materials, manpower, and incidentals to perform materials testing at remote construction project locations on the Navajo Indian Reservation within a required time frames. 4. (10 Pts.) Thorough knowledge of all AASHTO and ASTM design and testing manuals and procedures as related to highway engineering and other manuals. 5. (10 Pts.) Company???s reputation and standing (including Principals Officers) in the public and private sectors. This shall include past performance records on contracts with other Government Agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. 6. (5 Pts.) Interest of Top Management in this proposed work and the expected participation and contributions of Top Management as well as the ability of the Firm to plan, manage, and coordinate all aspects of the proposed work as a team. 7. (5 Pts.) Location in the general geographical area of the Navajo Indian Reservation and knowledge of the locality of the projects, that application of the criterion leaves appropriate number of qualified firms, given nature and size of each project. The Government will not indemnify the firms selected against liability involving any work performed under the basic contract and delivery orders issued thereto. All interested Firms meeting the above qualification requirements and having the capabilities to perform the services described in this announcement are invited to respond by submitting with a signature of intent, a completed Standard Form 254 and Standard Form 255, brief narrative of understanding addressing the topics of the evaluation criteria, proof of professional licensing and/or certifications requirements including proof of AASHTO Certified Laboratory, and Article of Incorporation permitting the Firm to practice the profession of architect and engineering services. Firms interested shall submit the documents to Mr. Darin Dona at the procurement office listed above by close of business on February 16, 2005. All Standard Form 254 and 255 will be considered current if dated and signed after the date of this publication notice. No other general notification for this project will be made and no further action beyond submission of the document requested above is required or encouraged. Based on the document submitted, the Government shall evaluate the document in accordance with the above evaluation criteria and shall select the top five (5) best qualified Firms to receive a Request for Proposal (RFP). The government shall have sixty (60) calendar days to review the above documents. Only the top five qualifiers will receive the RFP and the government anticipates awarding two or three IDIQ resulting from the RFP. Any questions regarding this solicitation may be directed to Mr. Darin Dona, Contract Specialist, at (505) 863-8226.
 
Record
SN00739140-W 20050126/050124211952 (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.