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
MODIFICATION

C -- INDEFINITE DELIVERY/INDEFINITE QUANTITY FOR A-E SERVICES FOR PROJECTS LOCATED ALONG THE US/MEXICO BORDER IN CA, AZ, NM AND TX

Notice Date
3/12/2004
 
Notice Type
Modification
 
NAICS
541310 — Architectural Services
 
Contracting Office
International Boundary and Water Commission, Information Management Division, Acquisition Division, 4171 North Mesa, Suite C-310, El Paso, TX, 79902
 
ZIP Code
79902
 
Solicitation Number
IBM04R0002
 
Response Due
4/12/2004
 
Point of Contact
Irma Gurrola, Office Automation Clerk, Phone (915) 832-4716, Fax (915) 832-4192, - Colleen Elliott, Contract Specialist, Phone (915) 832-4714, Fax (915) 832-4192,
 
E-Mail Address
irmagurrola@ibwc.state.gov, colleenelliott@ibwc.state.gov
 
Description
THE DESCRIPTION INFORMATION PREVIOUSLY PROVIDED IS REPLACED ENTIRELY. All information needed to submit SF 254 and SF 255 documents is contained herein. The U.S. Section, International Boundary and Water Commission, United States and Mexico, (USIBWC), intends to award an Architect Engineer (A-E) Indefinite Delivery/Indefinite Quantity (IDIQ) contract for A-E services for projects located along the U.S./Mexico border in the United States (States of Texas, New Mexico, Arizona and California) and the Republic of Mexico (States of Tamaulipas, Nuevo Leon, Coahuila, Chihuahua, Sonora and Baja California). The selected firm must be able to team with firm(s) in Mexico to assist in the projects. One (1) A-E firm will be selected from this announcement. A Firm-Fixed Price (IDIQ) contract is contemplated for a basic year with four (4) option years. The expected minimum and maximum task order amounts are $25,000 and $1,000,000 respectively. The expected maximum total contract amount is $5,000,000. The A-E contractor must possess sufficient qualifications and experience to provide the full range of A-E services necessary for the projects under the subject contract, as determined necessary by the USIBWC. Such services may include but will not be limited to the following: (a) Inventory of facilities; data acquisition, measurement and recording; development of engineering, planning, and feasibility/cost benefit studies; investigations; evaluations; operations and maintenance studies; energy studies; risk analysis and vulnerability assessments; space utilization studies; safety plans; standard operating procedures; network analysis schedules; and conceptual, preliminary and final designs. (b) Design services for rehabilitation, renovation, repair, and new construction for civil works associated with surface and subsurface water deliveries, flood control and hydropower, such as channels, levees, canals, dikes, dams, reservoir embankments, and hydro-electric power plants as well as ancillary site work, buildings, roads and paving, erosion control, and bridges. Design services for rehabilitation, renovation, repair, maintenance, and new construction for civil environmental works, including wastewater (both advanced primary and secondary treatment) plants and wastewater collection and conveyance facilities and water treatment plants and potable water distribution systems. Design services shall include evaluations, master planning, pre-design, conceptual, final designs, and preparation of the estimate of probable construction costs. (c) Environmental services and technical support related to projects for compliance with the Clean Air Act (CAA), Clean Water Act (CWA), Safe Drinking Water Act (SDWA), Resource Conservation and Recovery Act (RCRA), Comprehensive Environmental Response, Compensation and Liability Act (CERCLA) such as associated recycling, waste minimization and pollution prevention initiatives, including preliminary site assessment investigations, surveys, feasibility studies, inventories, and characterizations; soil, air, hazardous waste, surface water, groundwater, wastewater, and sludge sampling, testing, and certified analytical laboratory analyses of multi-media samples consistent with the nature of known or suspected contaminants; contaminant transport and fate modeling; services for the preparation of management, response, implementation, and closure plans; permits; site remediation and site remediation designs; corrective and removal action designs; design of hazardous waste containment systems; Underground Storage Tank (UST) upgrades and remediation; bio solids and hazardous materials treatment and disposal evaluations/recommendations; long-term monitoring and post-closure care requirements; and industrial pretreatment control investigations. (d) Permitting support, including performance of additional engineering analyses, studies, computations, and preparation of applications and drawings necessary to obtain all required permits for construction and operation of proposed or constructed facilities. (e) Technical support services for environmental documentation in support of the National Environmental Policy Act (NEPA) in accordance with the Council of Environmental Quality’s (CEQ) regulations, including review of environmental documentation, public meeting support for project scoping and presentation of draft documents; negotiations with regulatory agencies; mitigation design and implementation measures, and post-project monitoring. (f) Geotechnical services including concrete core sampling and testing; soil drilling, logging, sampling and testing; monitoring well drilling and logging; lithologic and geophysical logging; surface geophysical surveys (electromagnetic, seismic and magnetic); cone penetrometer testing; subsurface soil and groundwater investigations for determination of structural design criteria; and design of de-watering and protective shoring systems. (g) Surveying, aerial photography, photogrammetry and geographic information systems (GIS) database development, including both conventional and Global Positioning System (GPS) land and bathymetric surveys; easement and related field data collection; topographic mapping (preparation of base maps from aerial photography) including Light Detecting and Ranging (LIDAR) surveys; preparation of rectified orthophotoquads; and scanning, vectorization and geo-referencing of historical maps. (h) Engineering, hydraulic and hydrologic studies, including groundwater and surface water studies; flood routing; backwater; reservoir routing; sediment transport modeling; dam break analysis; sedimentation and scour studies; aquifer studies and groundwater modeling; and development of inundation maps. (i) Design and bidding services - Preparation of construction plans, specifications and cost estimates for all phases of design from conceptual to final in the areas of architectural, civil, structural, mechanical, electrical, and instrumentation. Review and evaluation of third-party studies, reports, investigations, proposals, conceptual designs, and plans and specifications in both the English and Spanish language and English and SI units. Design and bidding services may include preparation of contract solicitation documents and bid evaluation of: conventional design-bid-build, design-build, design-build (construction manager at risk), design-build operate, and design-build-operate-transfer procurement actions; as well as responding to questions during bidding of projects, attending meetings, issuing addendums, preparing schedules, and maintaining files and documents and other construction related bidding procedures. (j) Construction assistance services, including review of shop drawings and other construction contractor submittals; review of requests for changes and/or deviations; change order preparation and review of contractor proposals; responding to questions during construction (including requests for information/requests for clarification); submittal and schedule monitoring; construction cost estimating; provision for training; preparation of the draft and final operations and maintenance manuals; preparation of staffing studies and plan of operations; performing value engineering reviews; utility negotiation support; preparation of record drawings (as builts); performance of inspection services; and construction claim and expert witness support. (k) Start-up services, including preparation of staffing plans, development and implementation of training programs, quality control and safety programs; monitoring of facility start-up and operation for a specified period of time after completion of construction, including assistance for resolution of warranty items; revising the operation and maintenance manual, and certifying facility performance. A-E SERVICES EVALUATION FACTORS will be based on the following criteria in descending order of importance: (1) Specialized experience and technical competence in the type of work required under this contract. Evaluation will be based upon demonstrated experience within the past five years in the following types of projects: (a) Studies, analysis and design of hydraulic structures, including river channels, levees, canals, dikes, dams, and reservoir embankments within environmentally sensitive riverine systems. Experience with Southwest USA river systems is important. (b) Design and design modifications for domestic wastewater treatment plants, including advanced primary, secondary, and lagoon type plants, and including upgrades required for permit compliance and/or capacity increases. Specialized experience with alternate construction contract delivery methods, including financial analysis of, and participation in, design-build-operate-transfer methods. (c) Design of hydroelectric powerplants, rehabilitation, and upgrades. (d) Mapping and GIS development of large-scale projects. (2) Past Performance on contracts with Federal, State and local government agencies and private industry in terms of cost control, quality of work, compliance with performance schedules, and managerial ability: (a) Provide a list of ten (10) projects performed during the last five (5) years similar in nature to the work described by this solicitation. The list shall include: (i) Name of contracting agency/owner, (ii) Contract number if available, (iii) Contract type, (iv) Total contract value, (v) Agency/Owner Contact Name and telephone number, (vi) Brief description of the work and how this work relates to the scope of work for this solicitation. This list, in conjunction with, but not limited to the US Army Corps of Engineers performance database, will be used for evaluation. (b) Provide examples of past performance in quality of work, cost controls, compliance with performance schedules, and managerial abilities demonstrating timely completion pf past projects with efficient organizational framework. Provide specific examples using the projects listed under (a) above. (c) Describe regional or national quality awards received during the past five years that indicate the technical and engineering performance of the firm. (3) Professional qualifications necessary for satisfactory performance of required services: (a) Provide information discussing diversity of firm’s technical disciplines which shows consistency with this scope of work. (b) Identify state registration and licensing for architects and engineers in CA, AZ, NM, and TX. (c) Provide qualifications for up to five key personnel proposed for this contract. Evaluation will be based on qualifications and diversity of team composition. (d) Provide information on contractor’s corporate structure, including regional and field office structure. (4) The firm’s capacity to accomplish the contract performance in the required time frame: (a) Provide information relative to the list of ten (10) projects identified in merit factor 2(a) supporting Contractor’s ability to bring projects in on time or ahead of schedule due to innovativeness, efficiency, or re-distribution of resources. (b) Provide information on availability of equipment, facilities, and other resources needed to perform all required data analysis, design work, and preparation of plans and specs including, but not limited to, computer hardware and software; field equipment, and vehicles. (5) Firm’s location in the general geographical area of the project (CA, AZ, NM, TX and Mexico) and knowledge of the project along the US/Mexico border. This procurement is open to all businesses, regardless of size (UNRESTRICTED). If a large business is selected for the contract it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The Government-wide goals for subcontracting are: 23% Small Business, 3% SBA 8(a) firms, 5% Other Small Disadvantaged Businesses, 9% Woman-Owned Small Business, 3% HubZone Small Business, and 3% Small Disadvantaged Veteran-Owned Small Business. The plan is not required with this submittal. The prospective prime contractor is encouraged to include qualified firms within these socio-economic programs in the slate of proposed subcontractors. Firms, their subsidiaries, or affiliates, which design or prepare specifications for a construction contract or procurement of supplies, cannot provide the construction or supplies. The contract will require the Government to order services priced at not less than $5,000 per year. All A-E firms who meet the requirements described in this announcement are invited to submit Standard Forms (SF) 254, Architect-Engineer and Related Services Questionnaire, and SF 255 Architect-Engineer and Related Questionnaire for Specific Project (November 1992 Editions) to the office shown above. SF 254s and 255s must also be submitted for all proposed subcontractors. Five (5) complete sets of the SF 254s and 255s shall be submitted. The SF 255 must clearly indicate the office where the work will be performed and the qualifications of the individuals and subcontractors proposed to work on the contract and their geographical location. The SF 255 should also address the firm’s capability to perform all services. Additional information required: Indicate solicitation number in block 2b, DUNS number (for address listed in block 3, and tax identification number (TIN) in block 3, fax number and e-mail address in block 3a. Firms and their consultants desiring consideration shall indicate minority status in block 4A of the SF 254; include applicable socio-economic status for programs not listed. Indicate size status in block 10 of the SF 255. The Government recognizes that Mexican engineering firms may not be familiar with the SFs 254 and 255; however, the same information that would appear on the SFs 254 and 255 may be submitted in an alternate format. All information submitted in an alternate format must be submitted in five (5) copies. The SF 254s and 255s and alternate formatted information must be received in this office no later than 4:00 p.m., local time, on April 12, 2004. Any submittals received after this date will be handled in accordance with FAR Clause 52.215-1, Instructions to Offerors-Competitive Acquisition. Telephone calls and personal visits are discouraged. Telegraphic and facsimile SF 254s and 255s will not be accepted. Administrative and procedural questions shall be directed to Colleen Elliott at (915) 832-4714. THIS IS NOT A REQUEST FOR A PRICE PROPOSAL. The North American Industry Classification System (NAICS) code is 541310 for Architectural Services and 541330 for Engineering Services. The small business size standard is $4,000,000 in gross receipts averaged for the past three years for a firm including its affiliates. The Federal Product Service Code (FPSC) is C211 for Architect-Engineering Services (including landscaping, interior layout, and designing) and C219 for Other Architect and Engineering Services. In accordance with FAR 52.204-7, all interested parties must be registered in the Central Contractors Registration (CCR) database in order to receive an award. Applications for CCR registration my be obtained online at the following Internet address: http://www.ccr.gov. All responsible sources may submit an offer, which will be considered. Interested parties are encouraged to register to receive changes to this solicitation and register for the interested vendor list. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (12-MAR-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 24-JAN-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/IBWC/IMD/ElPasoTX/IBM04R0002/listing.html)
 
Place of Performance
Address: Projects located along the US/Mexico border in the United States (States of Texas, New Mexico, Arizona and California) and the Republic of Mexico (States of Tamaulipas, Nuevo Leon, Coahuila, Chihuahua, Sonora and Baja California).
Country: United States and Mexico
 
Record
SN00739315-F 20050126/050124212418 (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.